Академический Документы
Профессиональный Документы
Культура Документы
5-1(B)/2017-18/PUR/DF/PF/1308
ANDAMAN AND NICOBAR ADMINISTRATION
DIRECTORATE OF FISHERIES
*********
Port Blair, dated 17th August, 2017.
The Tender Document can be purchased from the Senior Accounts Officer (Fy),
Directorate of Fisheries, Andaman and Nicobar Administration, Port Blair – 744101 on
payment of the cost of the tender document of Rs. 500/- (Rupees Five Hundred Only)
(Non-refundable). The Tender Document can be purchased up to 04/10/2017
Tender documents can also be downloaded from the web site www.and.nic.in.
The tenders should be deposited in the “Tender Box” kept in the Directorate of
Fisheries, Andaman and Nicobar Islands, Port Blair on or before 15:00 hrs
on 04/10/2017 in case of tenders submitted by post, the same also should reach
the Directorate of Fisheries, Andaman and Nicobar Islands, Port Blair on or before
15:00 hrs. On 04/10/2017 and the same will be opened on the same day at
15:30 hrs. in presence of the tenderers or their representatives, if any.
The Director of Fisheries, Andaman and Nicobar Islands, Port Blair reserves the
right to accept or reject any tenders without assigning any reason thereof.
Sd/-
Assistant Director of Fisheries (HQ-II)
Copy to:-
1. The Director of Fisheries, Port blair.
2. The Director (IP &T), A & N Administration with request to publish the
tender in a reputed news paper.
3. The Chief Editor, Daily Telegram to publish in the Daily Telegram.
4. The Deputy Director of Fisheries(SA), Port blair.
5. The Senior Accounts Officer (Fy.) for information.
6. The Administrative Officer (Fy.) for information.
7. The Assistant Engineer (Ref.) for information.
8. The Senior Investigator, Directorate of Fisheries, Port Blair for
information.
9. Notice Board.
Sd/-
Assistant Director of Fisheries (HQ-II)
1
Q-la% 5&1¼बी½@2017&18@[kjhn@Mh,Q@पीएफ/1308
vaMeku rFkk fudksckj ç’kklu
eRL; funs’kky;
**********
iksVZCys;j] fnukad 17 अगस्त ] 2017-
fdlh Hkh fufonk dsk fcuk fdlh dkj.k Lohd`r ;k vLohd`r djus dk
vf/kdkj eRL; funs’kd ds ikl vkjf{kr gSA
2
gLrk{kj
lgk;d eRL; funs’kd ¼eq&I I ½
3
Issued to M/s……………………………
..………………………………………….
..………………………………………….
.…………………………………………..
S.No……….
*******
DIRECTORATE OF FISHERIES
ANDAMAN AND NICOBAR ADMINISTRATION
PORT BLAIR
********
DURING 2017-18
ESTIMATED COST Rs. 10.00 lakhs
******
4
ANNEXURE –I
1. The filled in sealed and signed tenders super scribed “Quotation for
supply of General Stores & Spare Parts for Ice Plant & Cold Storage of Fisheries
Department” should be deposited in the Tender Box Kept in the office of
the Director of Fisheries, Andaman and Nicobar Administration, Port
Blair, Pin-744101 on or before 15:00 hrs. on 04/10/2017 in case the
tenders are submitted by post, the date and time as above for receipt
shall also be applicable. The tenders received after the stipulated date
and time will not be accepted. The tenders will be opened in the Office of
the Director of Fisheries, Andaman and Nicobar Administration, Port
Blair in the presence of Tenderers or their authorized representatives, if
any at 15:30 hours on 04/10/2017. The tenderers should quote the
rates in Rupees (in words and in figures) for the supply of items at Ice
Plant & Cold Storage for the Department of Fisheries, Port Blair which
shall be inclusive of Goods & Services Tax, Transportation charges and
all other taxes.
5
9. The articles must be delivered to the Central Store of Fisheries
Department, Phoenix Bay at their own cost.
10. No part supply shall be accepted.
11. The accepted rate shall be valid up to one year from the date of issue of
Acceptance Letter and no escalation on the accepted rate shall be
allowed. In unavoidable circumstances, the term of rate contract shall
be extended beyond one year until finalization of new contract.
12. No conditions of the Tenderers shall be accepted and conditional
tenders shall be rejected.
13. Each Tender shall be signed in the name of the company by a person
authorized on their behalf.
14. The rates quoted should be written in figures and words. Cutting and
over writings should be attested by the Tenderers.
15. For any clarification regarding the items and its specification, the
Tenderers may contact the Assistant Engineer (Ref) of this
Department.
16. The materials when supplied if found to be sub-standard the supplier
shall be bound to replace the same with the standard materials at his
own cost, risk and responsibility.
17. The Director of Fisheries reserves the right to accept or reject any or all
quotations received without assigning any reason thereof.
18. The goods to be provided by the supplier under this contract shall
conform to the technical specifications and quality control parameters
mentioned against each item in the Annexure.
19. Notwithstanding anything contained herein above, the tenderers may
also specify technical particulars of goods offered.
WARRANTY
20. The supplier warrants that the goods supplied under the contract is
new, unused and incorporate all recent improvements in design and
materials unless prescribed otherwise by the purchaser in the
contract shall have no defect arising from design, materials (except
when design adopted and/ or the material used are as per the
purchasers specifications) or workmanship or from any act or
omission of the supplier, that may develop under normal use of the
supplied goods under the conditions prevailing in India.
21. This warranty shall remain valid for twelve months after the goods or
any portion thereof as the case may be, have been delivered to the
6
final destination and installed and commissioned at the final
destination and accepted by the purchaser in terms of the contract.
22. In case of any claim arising out of this warranty, the Director of
Fisheries Shall notifies the same in writing to the supplier.
PRICES
23. Prices to be charged by the supplier for supply of goods and provision
of services in terms of the contract shall not vary from the
corresponding prices quoted by the supplier in its tender and
incorporated in the contract.
28. If at any time during the currency of the contract, the supplier
encounters conditions hindering timely delivery of the goods and
performance of services, the supplier shall promptly inform the
purchaser in writing about the same and its likely duration and
make a request to the purchaser for extension of the delivery
schedule accordingly. On receiving the supplier’s communication, the
purchaser shall examine the situation as soon as possible and, at its
discretion, may agree to extend the delivery schedule, with or without
liquidated damages for completion to the contract.
LIQUIDATED DAMAGES
29. If the tenderers fail to deliver the stores or any consignment thereof
within the period prescribed for delivery, the purchaser shall be
entitled to recover 0.5% of the value of the delayed supply for each
week of delay or part thereof for a period of 10 weeks and thereafter
at the rate of 0.7% of the value of delayed quantity of the goods &
7
services for each week of delay or part thereof for another 10 weeks
of delay. Quantum of liquidated damages assessed and levied by
the purchaser shall be final and not challengeable by the
supplier.
FORCE MAJEURE:-
30. Notwithstanding the provisions contained the supplier shall not be
liable for imposition of any such sanction so long the delay and/or
failure of the supplier in fulfilling its obligations under the contract is
the result of an event of Force Majeure.
31. For purposes of this clause, Force Majeure means an event beyond
the control of the supplier and not involving the suppliers fault or
negligence and which is not foreseeable. Such events may include,
but are not restricted to, acts of the purchaser either in its sovereign
or contractual capacity, wars or revolutions, hostility, acts of public
enemy, civil commotion, sabotage, fires, floods, explosions,
epidemics, quarantine, restrictions, strikes, lockouts, and freight
embargoes.
32. If a force majeure situation arises, the supplier shall promptly notify
the purchaser in writing of such conditions and the cause thereof
within twenty one days of occurrence of such event. Unless otherwise
directed by the purchaser in writing, the supplier shall continue to
perform its obligations under the contract as far as reasonably
practical, and shall seek all reasonable alternative means for
performance not prevented by the force Majeure event.
33. If the performance in whole or in part or any obligation under this
contract is prevented or delayed by any reason of force Majeure for a
period exceeding 60 days, either party may at its option terminate the
contract without any financial repercussion on either side.
34. In case due to a Force Majeure event the purchaser is unable to fulfill
its contractual commitment and responsibility, the purchaser will
notify the supplier accordingly and subsequent action taken on
similar lines described in above sub-paragraphs.
Arbitration:-
35. In case of any dispute arising between parties, the same shall be
referred to the arbitration of sole arbitrator to be appointed by Lt.
Governor, A & N Islands and the place of such arbitration
proceedings shall be at Port Blair and the decision of the arbitrator
shall be final and binding on both the parties. The matter relating to
arbitration shall be governed under the provisions of the Arbitration
and Conciliations act – 1996.
PERFORMANCE SECURITY
8
36. Within twenty-one days after the issue of acceptance letter by the
Director of Fisheries, the supplier shall furnish performance security
to the Director of Fisheries for an amount equal to 10 (Ten) percent
of the total value of the contract, and the validity of the Performance
guarantee shall be valid up to sixty days after the date of completion
of all contractual obligations by the supplier.
37. The Performance security shall be denominated in Indian Rupees and
shall be in one of the following forms: Fixed deposit receipt/ Call
deposit drawn on any Nationalized Bank in India drawn in favor of
Senior Accounts Officer, Directorate of Fisheries, Port Blair.
38. In the event of any loss due to supplier’s failure to fulfill his
obligations, the amount of the performance security deposited by the
firm shall be forfeited and remitted to the Govt. Account to
compensate the loss occurred to the Department.
39. Subject to adherence of all terms and conditions, the purchaser will
release the performance security without charging any interest to the
supplier on completion of all contractual obligations including the
warranty obligations against a written request received from
purchaser.
DELIVERY SCHEDULE
42. The stores for which orders are issued should be supplied at the
Central Store of Fisheries Department, Phoenix Bay on or before
completion of 90 Days from the date of issue of Supply order.
9
ANNEXURE-II
REQUIREMENT OF GENERAL STORE, FOR THE USE OF COLD STORAGE AND ICE PLANT OF DIFFERENT ISLAND FOR THE YEAR 2017-18
S.No Description of Item Specification/Make Unit Rate per Unit Rate In Words
Part Number (in Rs.)
I II III IV V VI
11
16. G.I Nipple 1’’x12’’ Tata/ISI No
12
26. G.I union socket 25mm Tata/ISI No
13
36. Oil pressure cutout Danfoss/Indfoss No
Model MP 55A
14
46. Lead sheet 2.5mm Champion/ISI Kg
15
56. Smoke grey enamel Berger/Asian No
paint 1Litre tin
16
66. Painting Brush 3’’ Amar make No
17
76. Ball Bearing 6305 Tata/SKF No
19
96. Brass angle valve ¼’’ Good quality No
flair
20
106. M.S Nipple ½’’x6’’ Good quality No
21
115. Pressure gauge 4’’ dial- Febig/Danfoss/ No
1to 12.5 kg/cm2 Equivalent
22
3. Shim for big end Frick/Cross/Equivalent Set
bearing
4. Oil filter cartridge Frick/Cross/Equivalent No
23
13. Carbon ring for new Frick/Cross/Equivalent No
seal
14. Mating ring for new Frick/Cross/Equivalent No
seal
15. O ring outer for new Frick/Cross/Equivalent No
seal assembly
16. O ring inner for new Frick/Cross/Equivalent No
seal assembly
17. Nut assembly drake Frick/Cross/Equivalent No
¾’’
24
20. Stud 5/8’’x2 ¾’’ Frick/Cross/Equivalent No
25
24. Small gear for 100 Frick/Cross/Equivalent No
Litres ice cane hand
hoist
S.NO DESCRIPTION Part No. Make UNIT RATE (In RATE IN WORDS
OF ITEMS Figures.)
ring/AL.Packing Equivalent
for KC2
26
3. Kit shaft seal/O 0852804 Kirloskar/Cross/ Set
Equivalent
ring
27
10. Lock plate 082.04.050.50 Kirloskar/Cross/ No
Equivalent
28
15. Shaft seal 082.08.000.50 Kirloskar/Cross/ No
Equivalent
(NC)size 1/4BSP
body ss304,Press 22
29
19. Compressor oil KP Kirloskar/Cross/ No
Equivalent
paper filter 351.09.014.50
S.NO DESCRIPTION OF PART MAKE UNIT RATE (In Figures.) RATE IN WORDS
ITEMS NO.
1. Shaft seal complete 08802040 Kirloskar/Cross/ No
50 Equivalent
2. O ring 08802045 Kirloskar/Cross/ No
Equivalent
50
3. Stationary sealing - Kirloskar/Cross/ No
Equivalent
ring
30
4. O ring 08802042 Kirloskar/Cross/ No
Equivalent
51
5. Delivery Valve 08806000 Kirloskar/Cross/ No
Equivalent
Assembly 50
6. Suction valve ring 08806010 Kirloskar/Cross/ No
Equivalent
50
7. Big end bearing 08805030 Kirloskar/Cross/ No
Equivalent
50
8. Connecting rod bolt 08805040 Kirloskar/Cross/ No
Equivalent
50
9. Driven gear complete 08803030 Kirloskar/Cross/ No
Equivalent
50
10. Driving gear 08803020 Kirloskar/Cross/ No
Equivalent
complete 50
11. Sets of Gasket - - Set
31
DETAILS OF SPARE PARTS (ACCEL MAKE MODEL TSMC 8-65S AND TSMC 6-65L)
S.NO DESCRIPTION OF PART MAKE UNIT RATE (In Figures.) RATE IN WORDS
ITEMS NO.
Equivalent
Equivalent
Equivalent
Equivalent
Equivalent
Equivalent
32
7. Set of sealing rings ASL 6656 Accel/Cross/ Set
Equivalent
Equivalent
element Equivalent
Equivalent
Equivalent
6033A Equivalent
std Equivalent
33
15. Piston only E 14 Accel/Cross/ No
Equivalent
Equivalent
Equivalent
Equivalent
Equivalent
Equivalent
34
23. Shaft seal ASL Accel/Cross/ No
6010R Equivalent
Equivalent
pump Equivalent
pump Equivalent
Equivalent
Equivalent
6024R Equivalent
Sd/-
Assistant Director of Fisheries (HQ-II)
35