Reply should be addressed to the Commanding Officer c/o Navy Office Haddo. Quoting: Guldar/438/NS/Engines 20 Dec 18

Similar documents
NOTICE INVITING TENDER (LIMITED) FOR SUPPLY OF CONFERENCE BAG

Reply should be addressed to The Commanding Officer INS Kadamba Naval Base Karwar Quoting: 121/FL/GEN/Illumination 15 Nov 16

GOVERNMENT OF INDIA: MINISTRY OF DEFENCE DIRECTOR GENERAL NAVAL PROJECTS

RFP No. DDG(E)/GP2/TOKEN 04 of Serial Page No. 1

REQUEST FOR PROPOSAL

Air Force Station Hakimpet Secunderabad-14. HAK/2376/25/3/P5(Part) Jun 13 REQUEST FOR PROPOSAL/ TENDER ENQUIRY

Request for Proposal for Outsourcing of Casual Labour Services (Tender Enquiry)

GOVERNMENT OF INDIA. : Zoological Survey of India. Kolkata

REQUEST FOR PROPOSAL INVITING BIDS FOR REPAIR OF FBB 500 INS SARYU

AIR FORCE STATION ADAMPUR

REQUEST FOR PROPOSAL

Notice Inviting Tender for Supply of Refrigerator, Laminar Air Flow, Multiline, Portable ph Meter

Request for proposal (RFP) No.02/DPR/PR (B)/

REQUEST FOR PROPOSAL (RFP) NO DA/ST/0579/OTE/INTERPERETERSHIP COURSE DATED FEB 18

Tender for Supply & Installation of a Network (LAN) in the office of PCDA(SWC) Khatipura Road, Jaipur

(a) For decrement values up to Rs.10/-, rounding off may be made to nearest rupee.

No. M-18012/14/2017/SMD/NMCG National Mission for Clean Ganga Ministry of Water Resources, River Development & Ganga Rejuvenation TENDR NOTICE

INDIAN INSTITUTE OF SCIENCE EDUCATION AND RESEARCH(IISER) PUNE SECTION I -NOTICE INVITING TENDER

MINISTRY OF DEFENCE DIRECTORATE OF PUBLIC RELATIONS. South Block, New Delhi

Pakistan International Airlines Procurement & Logistics Department. Disposal Section

Pakistan International Airlines. Procurement & Logistics Department Disposal Section

Tender Enquiry No. : CDC/IT/2011/01 dated 11 Aug 2011 : Sealed Quotation for Scanner Due Date & Time : 25 th Aug,2011,15.00 hrs

NOTICE INVITING TENDER. Comprehensive Annual Maintenance Contract for Surveillance system installed in the Commission

ALLAHABAD BANK H.O, 2, N.S. Road, Kolkata

17W/3507/2/Lgs/ Jan 17 SUPPLY OF BIO-MEDICAL WASTE BINS(SET OF 3) WITH TROLLEY TENDER NO-281

TENDER NOTICE FOR DEWATERING, CLEANING &DESILTING OF ARTIFICIAL LAKE PUSHPA GUJRAL SCIENCE CITY KAPURTHALA (PUNJAB)

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Patna

LIFE INSURANCE CORPORATION OF INDIA MUZAFFARPUR Divisional Office. JEEVAN PRAKASH U.S.PD.MARG, CLUB ROAD MUZAFFARPUR PHONE NO

Naval Base Karwar RFP No. 438/21/10/4/CEMS May 16 REQUEST FOR PROPOSAL/TENDER ENQUIRY

WEBSITE ADVERTISEMENT

Part III Standard Conditions of RFP

THE COTTON CORPORATION OF INDIA LIMITED (A GOVERNMENT OF INDIA UNDERTAKING)

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

Sale of Various unserviceable items and other scrap material of Corporate Office, GSECL at Vadodara

INVITATION OF BIDS FOR FOR PROCUREMENT OF IP BASED CCTV SURVEILLANCE OUT OF IT GRANT FOR FY AT OFFICERS TRAINING ACADEMY, GAYA

Indian Institute of Technology Bombay

CONDITIONS OF PURCHASE (GOODS AND SERVICES) DOMESTIC AND INTERNATIONAL

TENDER FOR SALE OF BPCL OWNED HOUSING COMPLEX AGRA TECHNO- COMMERCIAL BID

Fax: Telephone: /9600. Njrpa fhrneha; Muha;r;rp epwtdk; BID DOCUMENT

TENDER ENQUIRY (REQUEST FOR PROPOSAL) IN TWO BID SYSTEM INVITATION OF BIDS FOR OUTSOURCING OF DATA ENTRY SERVICES ON CONTRACTUAL BASIS

Sr.Divisional Manager LIFE INSURANCE CORPORATION OF INDIA Divisional Office :Jeevan Prakash, Nagpur Road,Madan Mahal,JABALPUR

KENDRIYA VIDYALAYA, SINGRAULI` DISTT. SINGRAULI, M.P फ़ क सFax फ न न.Ph.No , (O) , (R)

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

Section A OFFICE OF THE DISTRICT INSPECTOR OF SCHOOLS (SECONDARY EDUCATION), KOLKATA BIDDING DOCUMENTS FOR FILING OF E-TDS CORRECTION RETURN

1. Seller means Cventus Ltd with the registered office in Nicosia, Tax Identification Number: CY T, here in after referred to as CVENTUS.

RFP for Rented Printer and Services Document Control Sheet

Tender for supply of spare parts use in RO Systems & Aquaguards

REQUEST FOR PROPOSAL FOR ANNUAL RATE COTRACT FOR SUPPLY OF CONDIMENTS AND GARAM MASALA

TERMS & CONDITIONS FOR SALE OF COAL MILL REJECTS OF TATA POWER LIMITED

CONDITIONS OF PURCHASE (GOODS AND SERVICES) DOMESTIC AND INTERNATIONAL

Online Auction Sale Catalogue

TENDER DOCUMENT FOR Supply and fixing of Featherlite Chairs at Administrative Office Nalgonda

Wanted office Premises on Lease.

Jaipur Development Authority e-auction :Business Rules Document 2014

University of Delhi REVISED TENDER DOCUMENT. Purchase of Dyna-85 Microprocessor Kit

Divisional Office Cell, 18-A, Rail Head Complex, Jammu Phone No , Fax No

ARMY WELFARE EDUCATION SOCIETY CAMPUS BANGALORE (AIHM&CT, AIFD) REQUEST FOR PROPOSAL (RFP)

University of Delhi REVISED TENDER DOCUMENT. Purchase of ST-2613 and ST-2614 Digital Trainer Kits

INVITING e-tenders(cpwd-6) GOVERNMENT OF INDIA DEPARTMENT OF POSTS NOTICE INVITING e-tender

Rs. 1,54,000/- Single (01) order of executed value not less than Rs Lakhs

Chief Engineer, Koyna Project, Pune

THE INSTITUTE OF MATHEMATICAL SCIENCES

Ref. No. SCMF/ENG/ NIT-24/ Date: N O T I C E I N V I T I N G T E N D E R

Tele : (Extn-2522) Western Command PIN C/o 56 APO /ACSFP/GS(Jt Ops)/Thermal Insulated Overall 29 Sep 2012

(OPEN TENDER ENQUIRY)

(Core-1, SCOPE Complex, 7, Institutional Area, Lodi Road) New Delhi (India) Sub: Tender for sale of LAM Coke, Ex-NINL, Duburi (Odisha).

Indian Institute of Technology Bombay

AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT :: CHENNAI 16. Notice Inviting e-tenders. Tender Ref No. AAI / CHN / CMD-I / 2017 / 004

TENDER DOCUMENT TENDERING ENQUIRY FOR PROCUREMENT UNIFORM CLOTHES FOR FE STUDENTS

Tender Document for hiring of office space

CM/3459/Nex-NEWN/ Trg Dated : 02 Feb 16 INVITATION OF BIDS FOR CISCO CERTIFICATION COURSES FOR ASSOCIATE AND PROFESSIONAL LEVELS

Prescribed Date & Time for Uploading by upto A.M. To be downloaded/opened on at A.M.

THE PLANTATION CORPORATION OF KERALA LTD KOTTAYAM - 4 PCK/SEC/

Invitation for Tender and Instructions to Bidders SUB: PROCUREMENT OF TYRE TUBLESS WITH O RING 32 PLY QTY 08

Notice Inviting Tender (NIT) (Detailed)

SINGLE TENDER ENQUIRY. ITW/Research/Cons/ Sep 17 REQUEST FOR PROPOSAL (RFP) NO 28 DATED 12 SEP 17

3n«r~ Nungambakkam, Chennai ; Ph: ; Fax: ;

TENDER DOCUMENT FOR HIRING OF BUILDING FOR BRANCH OFFICE RAJIV CHOWK

Pakistan International Airlines

NOTICE INVITING TENDER FOR PURCHASE OF PLOT AT GERUGAMBAKKAM, KANCHEEPURAM DISTRICT

TERMS & CONDITIONS OF e-tender

NOTICE INVITING TENDER (NIT) (Detailed) (Domestic Competitive Bidding) Ref. NTECL/C&M/CS-2271/NIT-137 Dt:

2 LIFE INSURANCE CORPORATION OF INDIA JEEVAN PRAKASH, DIVISIONALAL OFFICE, 9A, Punithavathiyar Street, Palayamkottai, Tirunelveli Phone :

TENDER ENQUIRY INVITATION OF BIDS FOR PROCUREMENT OF STAINLESS STEEL CHAIR THREE SEATER FOR PATIENTS WAITING AREA - INHS ASVINI

TENDER DOCUMENT FOR HIRING OF BUILDING FOR BRANCH OFFICE DHARUHERA

TURTLE & HUGHES, INC. AND SUBSIDIARIES TERMS AND CONDITIONS OF QUOTATION AND SALE

प ज ब एण ड स ध ब क. PUNJAB & SIND BANK (भ रत रक र क उपक रम/ A Govt. of India Undertaking)

REQUEST FOR PROPOSAL (RFP)

NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) SECTION - I. Ref. NTECL/C&M/OT/CS-3474 Dt:

NOTICE INVITING TENDER (NIT) (Detailed) (Domestic Competitive Bidding) Ref. NTECL/C&M/CS-2149/NIT-136 Dt:

NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) BRIEF NIT DETAILS. Ref. NTECL/C&M/CS-2980/NIT-147 Dt:

Extension of Due Date

Summit Engineering (Birmingham) Ltd. Standard Terms and Conditions for the Purchases of Goods

THE INSTITUTE OF MATHEMATICAL SCIENCES (An autonomous institution under the Dept. of Atomic Energy, Govt. of India) CHENNAI NOTICE INVITING TENDER

Special Terms and Conditions of Sale of Manganese Ore for OMDC Limited

Administration of Dadra and Nagar Haveli, Department of Agriculture, Silvassa. No. AGR/E.O.-I/Bee Keeping/2018/ Date: - 22/06/2018

Tender Enquiry. Our Ref. DA/CM/0579/93-DEO(Graduate) Date : Jan 16

NOTICE INVITING BID. ` 5, (including 5% GST (Non-Refundable))

Tender Enquiry. Our Ref. DA/CM/0579/93 DEO(Graduate) Date : Oct 15

REQUEST FOR PROPOSAL FOR ANNUAL RATE COTRACT FOR SUPPLY OF FISH FRESH

Transcription:

Reply should be addressed to the Commanding Officer INS Guldar c/o Navy Office Haddo Port Blair 744 102 Quoting: Guldar/438/NS/Engines 20 Dec 18 INVITATION OF E-BIDS FOR PROCUREMENT OF PRESERVATIVES FOR PRESERVATION OF MAIN ENGINE OF INS GULDAR FOR THE ONGOING REFIT NR-18 AS PER TECHNICAL SPECIFICATION NO. 79.420.35.0.02 OF KIRLOSKAR Sir, 1. E-Bids are invited under single bid system for outsourcing of following item listed in part II of this RFP. Please super scribe the above mentioned Title, RFP number and date of opening of the Bids on the sealed cover to avoid the Bid being declared invalid. (Only EMD copy) 2. The address and contact numbers for sending Bids or seeking clarifications regarding this RFP are given below - (a) Tender/Bids/queries to be addressed to : The Commanding Officer, (b) Postal address for sending the Bids : INS Guldar, C/o Navy Office Port Blair 744102 (c) Name/designation of the contact personnel : Logistics Officer (d) Telephone numbers of the contact personnel : 03192-231550 (e) e-mail ids of contact personnel : -- (f) Fax number : 03192-232829 3. This RFP is divided into five Parts as follows: a. Part I Contains General Information and Instructions for the Bidders about the RFP such as the time, place of submission and opening of tenders, Validity period of tenders, etc. b. Part II Contains essential details of the Repair of items required, such as the Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of Delivery and Consignee details. c. Part III Contains Standard Conditions of RFP, which will form part of the Contract with the successful Bidder. d. Part IV Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful Bidder. e. Part V Contains Evaluation Criteria and Format for Price Bids. 4. A copy of RFP (Tender Enquiry) will be uploaded online. The detailed RFP alongwith EMD, bidding documents can be viewed/downloaded from the website: http://eprocure.gov.in. Bidders are required to upload and submit their E-bid on Central public procurement portal only. Bid submitted other than on CPP Portal will not be accepted. All amendments, time extensions, clarification etc will be uploaded in the website only and will not be published separately. Bidders should regularly visit website to keep themselves updated.

Part I GENERAL INFORMATION 1. Critical Dates: The critical dates with respect to the tender reference number as tabulated:- CRITICAL DATE SHEET Ser Item Date Time (a) Published Date 20 Dec 18 1800 hrs (b) Bid Document Download 20 Dec 18 1800 hrs (c) Clarification Start date 20 Dec 18 1800 hrs (d) Clarification End Date 24 Dec 18 1400 hrs (e) Bid Submission Start (Online) 24 Dec 18 1500 hrs (f) Bid Submission End (Online) 01 Jan 18 0900 hrs (g) Opening of Tender Box for collection of physical 02 Jan 18 1100 hrs documents (h) Bid opening start (online) 02 Jan 18 1500 hrs (k) Mode of tendering Single bid system, LTE basis (l) Earnest Money deposit 9,800.00 2. Manner of depositing the Bids: The Bids will be submitted through on-line mode of Central Public Procurement Portal (CPPP) on https://eprocure.gov.in/eprocure/app by due date (i.e Bid submission end date) and manually as explained in sub para (a) & (b) below:- (a) Online Submission (i) Cover-I: Scanned copies of duly filled, stamped and inked signed RFP alongwith all relevant documents, tender fee and EMD to be upload in Cover-I available in Central Public Procurement Portal (CPPP) on https://eprocure.gov.in/eprocure/app. (ii) Cover-II: Commercial Bids will be submitted as Cover-II Central Public Procurement Portal (CPPP) on https://eprocure.gov.in/eprocure/app and will be in the form of BoQ, (Bill of Quantities). Details of items and quantity will be showed in BoQ as per Schedule of requirement of RFP. Vendors/Firms/Contractors are required to quote/fill their rates in BoQ provided in the above website, online only. No responsibility will be taken for delay/non-uploading by electronic media/internet. (b) Physical Submission (Mandatory): The documents listed hereunder, are to be physically submitted in hard copy, in a sealed envelope and dropped in tender box (available at gangway of INS Guldar) so as to reach prior to bid submission and date and time. The documents can be sent through speed post prior to tender opening date and time in the address given in Para 4of part II of RFP. No responsibility will be taken by the buyers for postal delay or nondelivery/non receipt of bid documents. Bid sent by FAX or e-mail and late tenders will not be considered. The envelope should be super scribed with Tender Enquiry No. Guldar/438/NS for INVITATION OF E-BIDS FOR PROCUREMENT OF PRESERVATIVES FOR PRESERVATION OF MAIN ENGINE OF INS GULDAR FOR THE ONGOING REFIT NR-18 AS PER TECHNICAL SPECIFICATION NO. 79.420.35.0.02 OF KIRLOSKAR. The details of documents is (same as per Cover-I above) to be submitted in sealed cover is mentioned below:- (i) Duly filled, stamped and ink signed RFP in a sealed cover. This RFP should be same as the uploaded RFP on the website. (ii) Earnest Money Deposit (EMD) in original. (iii) Bidder is required to submit technical documents as mentioned below.these documents will be signed by the authorised company representative and stamped with company stamp: (aa) Firm registration certificate.

(ab) Work experience copy of firm (Copy of supply order) (ac) (ad) GST registration registered office details 3. Time and date for opening of Bids: The bids should be opened on 02 Jan 18, 1500 hrs. If due to any exigency, the bids cannot be opened on due and time, the Bids will be opened on the next working day at the same time or on any other day/time, as intimated by the buyer. 4. Location of the Tender Box: Gangway, INS Guldar Only those Bids that are found in the tender box will be opened. Bids dropped in the wrong Tender Box will be rendered invalid. No documents other than those specified at Paragraph 2 (b) above will be dropped in the Tender box. 5. Place of opening of the Bids: INS Guldar on 18. The Bidders may depute their representatives, duly authorized in writing, to attend the opening of Bids on the due date and time. Rates and important commercial/technical clauses quoted by all Bidders will be read out in the presence of the representatives of all the Bidders. This event will not be postponed due to non-presence of representative of one/more bidders. 6. Single Bid system: Mode of tendering will be single bid system. 7. Forwarding of Bids : The following points are to be considered by bidder before submission of bids:- (a) The documents specified in para 2 (b) above are to be deposited physically as per instructions. The physical receipt of these documents by the buyers is mandatory. The bids shall not be accepted if these documents are not received by the buyer prior to bid opening date and time. (b) The Commercial bids will be submitted Online only as given in paragraph 2 (a) above Scanned copies of all documents mentioned in para 2 (b), given in physical form are also required to be uploaded. (c) Partial bidding shall not be acceptable and the bid is liable to be rejected. 8. Clarification regarding contents of the RFP: A prospective bidder who requires clarification regarding the contents of the bidding documents shall notify to the buyer through email only not later than 14 (fourteen) days prior to the date of opening of the Bids. 9. Modification and Withdrawal of Bids: The bidder may modify (re-submitted) his bid online after submission as per provision available on the portal. No bid shall be modified after the deadline for submission of bids. (a) If bidder desire to withdraw before bid submission closing date/time, he may do so online in the portal. EMD (in case) submitted in physical form shall be returned offline after opening of bids only. However, the cost of the tender, if applicable, will not be refunded to the firm. (b) No bid may be withdrawn in the interval between the deadline for submission of bids and expiration of the period of bid validity. 10. Clarification regarding contents of the Bids: During evaluation and comparison of bids, the buyer may, at its discretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing and no change in prices or substance of the bid will be sought, offered or permitted. No postbid clarification on the initiative of the bidder will be entertained. 11. Rejection of Bids: Canvassing by the Bidder in any form, unsolicited letter and post-tender correction may invoke summary rejection with forfeiture of EMD. Conditional tenders will be rejected Bid which do not match with the specification, time schedule etc as per RFP may be rejected as per Rule 241 FR Part I.

12. Unwillingness to quote: Bidders unwilling to quote should ensure that intimation to this effect reaches before the due date and time of opening of the Bid, failing which the defaulting Bidder may be delisted for the given range of items as mentioned in this RFP. 13. Validity of Bids: The Bids should remain valid upto four months (120 days) from the last date submission of the Bid. 14. Earnest Money Deposit. Bidders are required to submit Earnest Money Deposit (EMD) amount of Rs 9,800.00 (Rupees Nine Thousand Eight Hundred Only) along with their Bids. The EMD may be submitted in the form of an Account Payee Demand Draft, Fixed Receipt, Bankers Cheque or Bank Guarantee in favour of CDA (IDS), New Delhi from any of the public sector banks or a private sector bank (i.e ICICI bank or HDFC bank or Axis Bank only) authorized to conduct government business as per Form DPM- 16 {Available in Ministry of Defence (MoD) website and can be provided on request}. EMD is to remain valid for a period of 45 days (forty five days) beyond the final bid validity. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid va lidity and latest on or before the 30 th day after the award of the contract. The bid security of the successful Bidder would be returned, without any interest, whatsoever, after the receipt of performance security from them as called for in the contract. 15. Tenders that do not comply with the above condition are likely to be rejected. 16. The approval or rejection of tender(s) rest with Competent Financial Authority (CFA) as applicable, who reserves to himself the right of rejecting any tender in whole or in part or any item in whole or in part in respect of delivery points shown in schedule of requirement of the RFP with cause assigned. 17. Any further information required on application can be obtained on any working day between 0900 hrs to 1300 hrs addressed to Logistics Officers office, INS Guldar. 18. Acceptance of Tender: Acceptance of the tender offer by the buyer will be communicated to the successful tenderer vide speed post/ registered post/online.

Part II ESSENTIAL DETAILS OF ITEMS REQUIRED 1. Schedule of Requirements List of items / services required is as follows: Name/Type of item/services/description of stores Qty required E-BIDS FOR PROCUREMENT OF FOLLOWING PRESERVATIVE FOR PRESERVATION OF MAIN ENGINE OF INS GULDAR Ser Description Deno Qty (a) A-93 Enhil 30 Servo REO 30 Kgs 630 (b) A-92 Turbo T78 Servo Prime 68 Kgs 20 (c) A-94 Normafluide Control 40 Kgs 20 (d) A-95 Dehiceant Bass VCI powder bag Kgs 03 2. Technical Details: Not Applicable (a) Specifications/drawings, as applicable (b) Technical details with technical parameters (c) Requirement of training/on-job training (d) Requirement of installation/commissioning (e) Requirement of Factory Acceptance Trials (FAT), Harbour Acceptance Trails Acceptance Trials (SAT) (f) Requirement of Technical documentation (g) Nature of assistance required after completion of warranty (h) Requirement of pre-site/equipment inspection (i) Any other details, as considered necessary (HAT) and Sea 4. Delivery Period - Delivery period for supply of items would be 60 days from the effective date of contract. Please note that Contract can be cancelled unilaterally by the Buyer in case items are not received within the contracted delivery period. 5. INCOTERMS for Delivery and Transportation ( E / F / C / D Terms). Unless otherwise specifically agreed to by the Buyer and the Seller and incorporated in the contract, the applicable rules & regulations for transportation of goods from foreign countries will be as per the contemporary version of International Commercial Terms (INCOTERMS) evolved by International Chamber of Commerce, Paris. Definition of Delivery Period is given below 6. Consignee details The Commanding Officer, INS Guldar c/o Navy Office, Haddo, Port Blair 744 102

Part III Standard Condition of RFP The bidder is required to give confirmation of their acceptance of Special Conditions of the request for proposal mentioned below which will automatically be considered as part of the supply order concluded with the successful Bidder (i.e Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of Bid submitted by the Bidder. 1. Law. The Contract shall be considered and made in accordance with the laws of the Republic of India. The contract shall be government by and interpreted in accordance with the laws of the Republic of India. 2. Effective Date of the Contract, The contract shall come into effect on the date of signatures of both the parties on the contract (effective Date) and shall remain valid until the completion of the obligation of the parties under the contract. The deliveries and supplies and performance of the services shall commence from the effective date of the contract. 3. Arbitration. All disputes or differences arising out of or in connection with the Contract shall be settled by bilateral discussions. Any dispute disagreement or question arising out of or relating to the Contract or relating to construction or performance, which cannot be settled amicably, may be resolved through arbitration. The standard clause of arbitration is as Form DPM-7, DPM-8 and DPM-9 (Available in MoD website and can be provided on request). 4. Penalty for use of Under influence The seller undertaken that he has not given offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring the Contract or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the government of India for showing or forbearing to show favour or disfavour to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the aforesaid undertaken by the seller or any one employed by him or acting on his behalf (whether with or without the knowledge of the seller) or the commission of the any offers by the Seller or anyone employed by him or acting acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the prevention of Corruption Act, 1986 or any other act enacted for the prevention of corruption shall the entitle the Buyer to cancel the contract and all or any other contracts with seller and recover from the seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaken had been committed shall be final and binding on the seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Seller towards any officer/employee of the ant other person in a position to influence any officer/employee of the buyer for showing any favour in relation to this or any other contract, shall render the seller to such liability/penalty as the buyer may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amount paid by the Buyer. 5. Agents/Agency Commission : The Seller confirms and declares to the Buyer that the Seller is the original manufacturer of the stores/provider of the services referred to in the Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the Seller, 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 Seller agrees that if it is established at any time to the satisfaction of the Buyer that the present declaration is in any way incorrect or if at a later stage it is discovered by the Buyer that the Seller 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 seller will be liable to refund that amount to the Buyer. The Seller will also be debarred from entering into any supply Contract with the Government of India for a minimum period of five years. The Buyer will also have a right to consider cancellation of the Contract either wholly or in part, without any entitlement or compensation to the seller who shall in such an event be liable to refund all payments made by the Buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate (London Inter Bank Offered Rate). The Buyer will also have the right to recover any such amount from any contracts concluded earlier with the Government of India. 6. Access to Books of Accounts : In case it is found to the satisfaction of the Buyer that the Seller has engaged an Agent or paid commission or influenced any person to obtain the contract as described in clauses relating to Agents/Agency Commission and penalty for use of undue influence, the seller, on a specific request of the Buyer, shall provide necessary information /inspection of the relevant financial documents/information. 7. Non-disclosure of Contract documents: Except with the written consent of the Buyer / Seller, other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party. 8. Liquidated Damages: In the event of the Seller s failure to submit the Bonds, Guarantees and Documents, supply the stores/goods and conduct trials, installation of equipment, training etc. as specified in this contract the Buyer may at his discretion, withhold any payment until the completion of the contract. The BUYER may also deduct from the SELLER as agreed liquidated damages to the sum of 0.5% of the contract price of the delayed/undelivered stores/services mentioned above for every week of delay or part of a week, subject to the maximum value of the Liquidated Damages being not higher than 10% of the value of delayed stores. 9. Termination of Contract: The Buyer shall have the right to terminate this Contract in part or in full in any of the following cases :- (a) The delivery of the material is delayed for causes not attributable to Force Majeure. (b) The firm is declared bankrupt or becomes insolvent. (c) The delivery of material is delayed due to causes of Force Majeure by more than delivery period provided Force Majeure clause is included in contract. (d) The Buyer has noticed that the Firm has utilised the services of any Indian/Foreign agent in getting this contract and paid any commission to such individual/company etc. (e) As per decision of the Arbitration Tribunal. 10. Notices: Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by FAX or registered pre-paid mail/airmail, addressed to the last known address of the party to whom it is sent. 11. Transfer and Sub-letting : The Seller has no right to give, bargain, sell, assign or sublet or otherwise dispose of the Contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the present Contract or any part thereof. 12. Patents and other Industrial Property Rights : The prices stated in the present Contract shall be deemed to include all amounts payable for the use of patents, copyrights, registered charges, trademarks and payments for any other industrial property rights. The Seller shall indemnify the Buyer against all claims from a third party at any time on account of the infringement of any or all the rights mentioned in the previous paragraphs, whether such claims arise in respect of manufacture or use. The Seller shall be responsible for the completion of the supplies including

spares, tools, technical literature and training aggregates irrespective of the fact of infringement of the supplies, irrespective of the fact of infringement of any or all the rights mentioned above. 13. Amendments: No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in part except by an instrument in writing made after the date of this Contract and signed on behalf of both the parties and which expressly states to amend the present Contract. 14. Taxes and Duties:- As applicable vide Govt orders release from time to time. 15. Pre-Integrity Pact Clause:- An Integrity Pact would be signed between the Ministry of defence /Contract Operating Authority and the bidder. Part IV Special Conditions of RFP The bidder is required to give confirmation of their acceptance of Special Conditions of the RFP mentioned below which will automatically be considered as part of the supply order concluded with the successful Bidder (i.e Seller in the Supply order) as selected by the Buyer. Failure to do so may result in rejection of Bid submitted by the Bidder. 1. Performance Guarantee:- The lowest acceptable Bidder will be required to furnish a performance Guarantee by way of Bank Guarantee through a public state bank or a private sector bank authorized to conduct government business (ICICI Bank Ltd, Axis Bank Ltd or HDFC Bank Ltd.) for a sum equal to 10% of the supply/work order value within 30 days of receipt of the confirmed order. Performance Bank Guarantee should be valid up to 60 days beyond the date of warranty. The specimen of PBG is given in Form DPM-15. 2. Payment Terms. 100% payment will be made after successful work completion of the item and after submitted all relevant documents by the firm. 3. Advance Payments. No advance payments(s) will be made. 4. Paying Authority. AAO (ANC), JCDA, Port Blair. 5. Risk & Expense clause. If firm is unable to provide service in the stipulated time period, the Commanding Officer, INS Guldar reserves the right to hire services from any other firm on contract s risk and expense The cost of such offloaded from the contractor s bill. 6. Inspecting Authority. (i) The entire work outsourced to services under this quotation shall be inspected and certified by authorized representative of INS Guldar Port Blair at the end of the work. (ii) On Satisfaction Job Completion as per work package, a certificate in this regards will be issued by authorized rep at INS Guldar. (iii) Guarantee. A guarantee for a minimum period of 12 months for providing the services of services by firm is to be clearly endorsed on the firm s quotes. (iv) If the firm is in breach of any all terms, of the customer may, during the validity of this agreement terminate the contract note with standing anything to the provision contained in the contract. The Proportionate amount for the remaining or outsourcing period shall be recovered from the balance amount/future payment.

Part V Evaluation Criteria & Price Bid issues 1. Evaluation Criteria The board guidelines for evaluation of Bids wil be as follows:- (a) Only those Bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the RFP, both technically and commercially. (b) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price. 2. Prices/Technical Bids format:- The Price Bid Format (BoQ) is available on CPP Portal website www.eprocure.gov.in. (Anant Agarwal) Lieutenant Commander Logistics Officer for Commanding Officer