Вы находитесь на странице: 1из 9

Advertised Tender Enquiry (RFP)

Cost of Tender Form is Rs 100/- (By Hand)

Tele : 02228449922-27 Central Ordnance Depot


Fax : 02228876431 Pin – 901173
E Mail : bbd_oscc@nic.in Akurli Cross Road No 3
Kandivli (E), Mumbai – 101

DP/MT14/49/2009-2010 Nov 2009

M/s……………………………….
……………………………………
……………………………………

INVITATION OF QUOTATIONS FOR SUPPLY OF ITEM PART NO


LV6/MT14-NIV TUBE INNER PNEU 16.9X28, TUBE INNER PNEU 16.9-28
BUTYL, VALVE DETAILS STRAIGHT VALVE TRACTOR TYPE
(QTY 216 NOS)

1. Quotations in sealed cover are invited for supply of item part No LV6/MT14-NIV-Tube
Inner Pneu 16.9x28, Tube inner Pneu 16.9-28 Butyl, Valve details straight Valve Tractor
Type, Qty 216 Nos.

2. General information about the tender :-

(a) Tender reference No. . DP/MT14/49/2009-2010

(b) Last date and time for receipt of tenders 17 Dec 2009 (1300 hrs)

(c) Time and date for opening of tenders 1330 hrs, 17 Dec 2009

(d) Place of opening of tenders at Conference Hall, Shivaji Block

(e) Address for Communication Offg Commandant, COD Kandivali (E),


Mumbai – 400 101

Quotation shall remain valid till 90 days from the date of T.E. opening

Submission / Opening of Tenders

3. PLEASE SUPERSCRIBE OUR PER REF NO. AND DATE OF TENDER OPENING
ON SEALED COVER. FAILURE TO DO SO WILL RENDER YOUR OFFER INVALID.

4. Sealed quotations addressed to Offg Commandant, COD Kandivali (East), Mumbai –


400 101 should be forwarded by Vendors under their original memo/letter pad inter alia
furnishing TIN No, VAT/CST No, Bank Address with EFT A/C No & complete postal & e_mail
address of the firm & should be dropped in tender box marked as :

“TENDER BOX NO: 1”


2

And kept near the reception office at 1300 hrs on 17 Dec 2009 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
delay or non-delivery/non-receipt of tender documents.

PLEASE NOTE, IF THE SEALED OFFERS ARE DROPPED IN THE


WRONG BOX, THEY WILL BE RENDERED INVALID

5. 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 buyer.

6. Your sealed quotations both (Technical & Commercial in case two bid are required)
should reach to this office latest by (1300) hrs on 17 Dec 2009.

7. 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 ensure
that tenders reach this HQ before due date. Late quotes will be rejected out rightly.

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

9. Modification & Withdrawal of Bids. A bidder may modify or withdraw his bid after
submission provided that the written notice of modification or withdrawal is received by the
Buyer prior to deadline prescribed for submission of bids. A withdrawal notice may be sent
by fax but it should be followed by a signed confirmation copy to be sent by post and such
signed confirmation should reach the purchaser not later than the deadline for submission of
bids. No bid shall be modified after the deadline for submission of bids. No bid may be
withdrawn in the interval between the deadline for submission of bids and expiration of the
period of bid validity specified. Withdrawal of bid during this period will result in Bidder’s of
bid security.

Delivery Schedule :-

10. Within 90 days of signing of the contract as applicable provided to approval of pilot
sample at concerned AHSP. (this can be changed based on nature of items. Urgency and
the quantum of items tendered so as to give reasonable DP).

11. Contract can be cancelled unilaterally by the buyer in case items are not received
within the contracted delivery period. Extension of contracted delivery period will be at the
sole discretion of the Buyer, with applicability of LD clause. Strictly spearing no extension
beyond the twice of the original period of delivery will be granted.

12. Preference, shall be given to those offer supplying within the prescribed delivery
schedule, which shall be the essence of the contract Liquidated Damages @ 0.5% per
week subject to a maximum of 10% of the undelivered stores will be recovered in case of
delay in delivery beyond the accepted delivery period as per SCOC.
3
13. Earnest Money Deposit. The EMD may be submitted in the form of an Account
Payee Demand Draft, Fixed Deposit Receipt, Banker’s Cheque or Bank Guarantee from in
any of the Public Sector bank or a private sector bank authorized to conduct Government
business (ICICI Bank Ltd, Axis Bank Ltd or HDFC Bank Ltd for a sum equal to 10% of value
of tendered EMD is not required to be submitted those bidders who are registered with
Central Purchase Organisation (e.g. DGS&D), NSIC, or any department of Ministry of
Defence itself. The EMD will be forfeited if the bidder withdraws or amends, unpairs or
desgates from the tender in any respect within the validity period of their tender. The EMD
should remain valid for 45 days beyond the final bill validity period. EMD of the unsuccessful
bidders will be returned to the at the earliest after expiry of the final bid validity & latest on or
before the 30th day after the Guard of the Contract. The bid security of the successful bidder
would be returned without any interest what so ever, after the receipt of performance security
as called for the contract.

Commercial Aspects

14. Prices must be quoted on F.O.R. Destination basis by road inclusive of Packing,
Forwarding, Freight charges, Transit Insurance and any other charges as applicable. The
consignee for the contract is COD Mumbai, Kandivali (East), Mumbai – 400 101_.

15. Taxes & Levies. Details of Excise Duty, if any, are to be indicated. Exemption
Certificate for Octroi, Custom Duty, Excise and form ‘D’ for admitting CST @ 4% will be
provided if specified & applicable. FE content, if any, is to be indicated separately, for which
Custom Duty Exemption certificate is required.

16. Performance Guarantee. The Bidder will be required to furnish a Performance


Guarantee by way of Bank Guarantee through a public sector bank or a private sector bank
authorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Ltd.)
for a sum equal to 10% of the contract value within 30 days or receipt of the confirmed order.
Performance Bank Guarantee should be valid up to 60 days beyond the date of warranty of
stores.

17. Quality Assurance. After the contract is negotiated, the firm would be required
to provide the standard Acceptance Test Procedure (ATP). Inspecting Authority reserve the
right to modify the ATP when necessary item would be accepted subject to evaluation and
clearance by the Inspecting Authority. Firm would be required to provide all test facilities at
OEM premises for acceptance and inspection by DQA. The details in this regard will be
coordinated during the negotiation of contract. The item should be of latest manufactures
confirming to the current production standard having 100% defined life at the time of delivery.
Warranty should be minimum 18 months from the date of supply.

18. Pre-Inspection Clause. Manufacturers/contractors must satisfy themselves that the


stores are in accordance with the terms of contract and fully conform to the required
specification by carrying out a thorough pre-inspecting officer nominated under the terms of
contract. A declaration by the contractor that necessary pre-inspection has been carried out
on the stores tendered, will be submitted along with the challan. The declaration will also
indicate the method followed in carrying out pre-inspection showing the feature
checked/tested and will have he test certificate attached to the challan/declaration. If the
contractor is unable to carry out pre-inspection as indicated above , he may request the
Defence Inspector to carry out 100% inspection/testing on contractors behalf and at
contractor’s cost. The cost of such inspection not exceeding 5% of the value of the
consignment will be borne by the contractor. If the inspecting officer finds that pre-inspection
of the consignment as required above has not been carried out, the consignment is liable for
rejection.
4

19. Warranty.

(a) Tubes supplied by the firm against the supply order shall carry a guaranty of 3
years from the date of manufacture, irrespective of kilometerage against defects which
are attributable to defective material/design or faulty workmanship.

(b) The supplier warrants that the tubes shall be of fresh manufacture and shall not
be older than 6 months on the date of acceptance of stores by Defence Authorities.

(c) The supplier shall provide the details of code used by him for marking the month
and year on the tubes. This code shall only be used by the Defence Authorities and
the purchaser shall not divulge it to unauthorized
persons.

(d) On receipt of any defect report from users, on premature failure of the tubes, joint
investigations will be carried out by the representatives of CQAV and the firm either in
situ or at CQAV Ahmednagar and decision arrived at. In case the defect is attributed
to defective material/design or faulty workmanship the firm shall provide free
replacement. In case of any dispute, the decision of the Controllerate of Quality
Assurance (Vehicles) shall be final and binding on all concerned.

20. Risk & Expense Clause.

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

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

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

(i) Such default.

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

(iii) Any excess of the purchase price, cost of manufacture, or value of any
stores procured from any other supplier as the case may be, over the contract
price appropriate to such default or balance shall be recoverable from the
SELLER. Such recoveries shall not exceed 10 % of the value of the contract.
5
21. Packing & Making Clause

(a) Packing - The Items shall be suitably packed to avoid damage during transit.

(b) Marking clause - Stores shall be marked with the following details :-
(aa) S/O No & date
(bb) Firms name/trade mark
(cc) Qty packed
(dd) Part No & Nomenclature
(ee) Month & year of manufacturing
Evaluation Criteria

22. 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 negotiations 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.

Option Clause

23. The contract shall have an Option Clause, wherein the buyer can exercise an option
to procure an additional 50% of the original contracted quality in accordance with the same
terms & conditions of the present contract. This shall be applicable within the currency of
contract. The bidder is to confirm the acceptance of the same for inclusion in the contract. It
will be entirely the discretion of the buyer to exercise this option of not.

Repeat Order Clause.

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

25. Standard Conditions of Contract ( SCOC). Firm shall be required accept our
Standard Conditions of Contract. 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 contract. The copy of SCOC can be forwarded on request .

26. Payments Terms. 95% Payment against Inspection note, Proof of dispatch, duly
supported by Xerox copy of Bank Guarantee and against Consignee’s provisional receipt.
Balance of 5% will be paid on receipt of items in good condition by consignees along with
user’s certificate of complete Installation and successful commissioning.
6

27. Placement of Order. The purchase Order will be placed on successful conclusion
of negotiations on L1 firm.

28. This RFP 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 RFP should it be so necessary at any stage.

29. Please acknowledge receipt.

Thanking You,

Yours faithfully,

(AK Rout)
Lt
Local Purchase Officer
for Offg Commandant
7

SCHEDULE OF REQUIREMENT WITH TECHNICAL DETAILS

Salient Points to be indicated

1. Type of item/description of stores. : LV6/MT14-NIV Tube Inner Pneu


16.9x28
Tube Inner Pneu 16.9-28 Butyl,
Valve Details Straight Valve
Tractor Type

2. Quantity required. : 216 Nos

3. Specifications /drawing as applicable. : IND/Veh/2081/2006 (A)


for Butly Rubber Tube and
as per Depot Sealed Sample

4. Technical details alongwith technical : As per Specification


parameters.

5. Requirement of training/on job training : -

6. Requirement of installation, Commissioning. : -

7. Requirement of FATs, HATs and SATs. : -

8. Requirement of technical documentation. : -

9. Type of future assistance on completion : -


of warranty.

10. Ultimate Consignee and requirement of : COD Mumbai, as per tender


pre-site/equipment inspection . documents.

SCHEDULE –A-TO

Tender No : DP/MT14/49/2009-2010

Date & Time to reach this office: 1300 hrs on 17 Dec 2009
Time and date of Opening of tenders 1330 hrs on 17 Dec 2009
Validity of tender required till 90 days from date of opening of Tenders
8

1. DETAILS OF ITEMS OFFERED

Sl No Description DOQ Qty Price in Indian Rupees*


1. LV6/MT14-NIV Tube Inner Pneu Nos 216
16.9x28
Tube Inner Pneu 16.9-28 Butyl,
Valve Details Straight Valve
Tractor Type

* Unit price should be exclusive of all Government duties ,Govt. Duties/taxes etc should be
specified giving the current rate applicable.

2. PLEASE SPECIFY THE FOLLOWING:-

( ALL COLUMNS ARE TO BE FILLED OTHERWISE THE OFFER IS LIABLE TO BE


REJECTED)
Sl No Details To be filled by The Firm
1. Discount, if offered(Answer in Yes/No)
Indicate the amount of discount
2. Is Excise duty extra?( Answer in Yes/No)
If Excise Duty is extra , indicate the
extent/current rate of Excise duty leviable for
item.
Surcharges on excise duty
3. If Sales Tax extra?( Answer in Yes/NO)

4. Is Customs Duty Exemption Certificate


( CDE) required ?( Answer in Yes/NO)
IF CDE IS REQUIRED INDICATE AND
ENCLOSE THE NOTIFICATION UNDER
WHICH CDE CAN BE ISSUED.
If CDE is required indicate CIF value of stores to
be imported.
If CDE is required indicate the Customs Duty
payable.
5, Is your company exempted from payment of
Sales Tax and Excise Duty?( Answer in
Yes/NO)
6. Any other duty/levy
7. Details of EMD( if applicable)
8. Acceptance of performance Bank Guarantee on
confirmation of order.
9

Note: The tenders are required to spell out the rates of Customs duty, Excise duty,
sales tax, in unambiguous terms, otherwise their offers will be loaded with the
maximum rates of duties and taxes for the purpose of comparison of prices.
Tenders should furnish details about the deviation, if any, firm the tender specification
failing which the Offer will be treated as incomplete.
FOR OBTAINING/DETAILS OF SPEC./DRG, CQA (Vehicle), Ahmednagar MAY BE
CONTACTED DIRECTLY.

1. Preference to the tenders quoting FIRM & FIXED rates may be given if their offer is
found to be meeting all technical QRs.

2. Firms offering variable prices should give details of escalation formula, Which should,
however, avoid WAGE ESCALATION?

3. DELIVERY REQUIRED :

4. TERMS OF DELIVERY : FOR Destination.

5. CONSIGNEE : COD Mumbai

6. INSPECTION AUTHORUTY : CQA (V), Ahmednagar

7. AGENT INSPECTION AUTHORITY : CQAE Rep

8. INSPECTION OFFICER : SQAE

Вам также может понравиться