home | ndrf - national disaster response forcee-mail: [email protected] te no....

42
o ~~, noS \ TE CONSISTING PAGE 01 TO 41 Government of India, Ministry of Home Affairs Directorate General, National Disaster Response Force (procurement Branch) 6 th Floor, NDCC-U Building, Jai Singh Road, New Delhi-01 Tel No 011-23438091 E-mail: [email protected] TE No. 1-170181121lIHQ-NDRF/2018 7t Y~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG NDRF invites on line open tender in two-bid system for the procurement of 465 Nos. Out Board Motor (OBM) 30 HP Four Stroke for all NDRF Units detailed in the schedule. 2. Bids shall be submitted online at CPPP website https://eprocure.gov.in.leprocure/app. Tenderer are advised to follow the instructions provided in the Instruction to Bidder (ITB). Tenderers are advised to follow the instruction for online bid submission regarding e-submission of the bids" through Central Public Procurement Portal for e-procurement at https://eprocure.gov.in/eprocure/app. Only online bid would be accepted. CRITICAL DATE SHEET Tender Published on 10/10/2018 www.eprocure.gQv.in & www.ndrf.gov.in Bid Document download start Date 11/10/2018 Clarification Start Date 11/10/2018 Clarification End Date 16/10/2018 at 1700 Hrs. Pre-bid meeting 16/10/2018 at 1500 Hrs. Bid Submission Start Date 23/10/2018 at 0930 Hrs Bid Submission End Date 30/10/2018 at 1500 Hrs Bid Opening Date 31/1012018 at 1500 Hrs 3. This tender enquiry has contains as foIIowing:- (i) Instruction to Bidders (ITB) (ii) Eligibility and Qualification criteria (iii) Schedule of requirements (iv) Technical Specifications (v) General Condition of Contract (GCC) (vi) Special Condition of Contract (SCC) (vii) Standard formats Enclosure: As above. (J.K.S. R;W t"t DIG (Prov.), NDRF For and on behalf of the President of India Copy to:- The In-charge (IT Cell) : Upload the tender on NDRF website please.

Upload: others

Post on 06-Mar-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

o ~~, noS \TE CONSISTING PAGE 01 TO 41

Government of India, Ministry of Home AffairsDirectorate General, National Disaster Response Force

(procurement Branch)6th Floor, NDCC-U Building, Jai Singh Road, New Delhi-01

Tel No 011-23438091E-mail: [email protected]

TE No. 1-170181121lIHQ-NDRF/2018 7t Y ~ Dated, the ~ /09/2018

1. On behalf of the President of India, DG NDRF invites on line open tender in two-bidsystem for the procurement of 465 Nos. Out Board Motor (OBM) 30 HP Four Strokefor all NDRF Units detailed in the schedule.

2. Bids shall be submitted online at CPPP website https://eprocure.gov.in.leprocure/app.Tenderer are advised to follow the instructions provided in the Instruction to Bidder (ITB).Tenderers are advised to follow the instruction for online bid submission regardinge-submission of the bids" through Central Public Procurement Portal for e-procurement athttps://eprocure.gov.in/eprocure/app. Only online bid would be accepted.

CRITICAL DATE SHEETTender Published on 10/10/2018

www.eprocure.gQv.in &

www.ndrf.gov.in

Bid Document download start Date 11/10/2018

Clarification Start Date 11/10/2018

Clarification End Date 16/10/2018 at 1700 Hrs.

Pre-bid meeting 16/10/2018 at 1500 Hrs.

Bid Submission Start Date 23/10/2018 at 0930 Hrs

Bid Submission End Date 30/10/2018 at 1500 Hrs

Bid Opening Date 31/1012018 at 1500 Hrs

3. This tender enquiry has contains as foIIowing:-

(i) Instruction to Bidders (ITB)(ii) Eligibility and Qualification criteria(iii) Schedule of requirements(iv) Technical Specifications(v) General Condition of Contract (GCC)(vi) Special Condition of Contract (SCC)(vii) Standard formats

Enclosure: As above.

(J.K.S. R;W t"t

DIG (Prov.), NDRFFor and on behalf of the President of India

Copy to:-The In-charge (IT Cell) : Upload the tender on NDRF website please.

Page 2: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

INSTRUCTION TO BIDDERS UTB)

CTION FOR ONLINE SUBMISSIONdirectives of Department of Expenditure, this tender document has been published

on the entral Public Procurement Portal (lJRL: http://eprocure.gov.in). The bidders arerequired to submit soft copies of their bids electronically on the CPP. Portal athttp://epocure.gov.inieprocure/app,using valid Digital Signature Certificates. Theinstructi ns given below are meant toassist the bidders in registering on the CPP Portal,prepare eir bids in accordance with the requirements and submitting their bids online on theCPP Po al.

More in ormation useful for submitting online bids on the CPP Portal may be obtained at:https://e rocure.gov.inieprocure/app

2. REGIS TION2.1 Bid ers are required to enroll on the e-Procurement module of the Central Public

Pr rement Portal (URL: http://eprocure.gov.inieprocure/app) by clicking on the link"Cli k here to Enroll". Bidder Enrolment on the CPP Portal is free of charge.

2.2 As art of the enrolment process, the bidders will be required to choose a uniqueuse ame and assign a password for their accounts.

23 Bid ers are advised to register their valid email address and mobile numbers as part ofthe gistration process. These would be used for any communication from the CPPPo l.

2.4 Up n enrolment, the bidders will be required to register their valid Digital SignatureCe ificate (Class II or Class III Certificates with signing key usage) issued by anyCe ifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.),

their profile.one valid DSC should be registered by a bidder. Please note that the bidders arensible to ensure that they do not lend their DSCs to others which may lead tose.er then logs in to the site through the secured log-in by entering their user ID /

pas word and the password of the DSC / eToken.

3. SEAR BING FOR TENDER DOCUMENTS3.1 Th re are various search options built in the CPP Portal, to facilitate bidders to search

act ve tenders by several parameters. These parameters could include Tender ID,or nization name, location, date, value, etc. There is also an option of advanced searchfor tenders, wherein the bidders may combine a number of search parameters such as

nization name, form of contract, location, date, other keywords etc. to search for aer published on the CPP Portal.e the bidders have selected the tenders they are interested in, they may download theired documents / tender schedules. These tenders can be moved to the respective

" y Tenders" folder. This would enable the CPP Portal to intimate the bidders throughS / e-mail in case there is any corrigendum issued to the tender document.

33 bidder should make a note of the unique Tender ID assigned to each tender, in caseth y want to obtain any clarification / help from the Helpdesk (Toll Free No.18 02337315)

4. TIONOFBIDS4.1 Bi der should take into account any corrigendum published on the tender document

be ore submitting their bids.4.2 PI ase go through the tender advertisement and the tender document carefully to

erstand the documents . to be submitted as part of the bid. Please note the2

Page 3: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

number of covers in which the bid documents have to be submitted, the number ofdocuments - including the names and content of each of the document that need to besubmitted. Any deviations from these may lead to rejection of the bid.

4.3 Bidder, in advance, should get ready the bid documents to be submitted as indicated inthe tender document / schedule and generally, they can be in POF / XLS / RAR /OWFformats. Bid documents may be scanned with 100 dpi with black and white option.

4.4 To avoid the time and effort required in uploading the same set of standard documentswhich are required to be submitted as a part of every bid, a provision of uploading suchstandard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) hasbeen provided to the bidders. Bidders can use "My Space" area available to them toupload such documents. These documents may be directly submitted from the "MySpace" area while submitting a bid, and need not be uploaded again and again. This willlead to a reduction in the time required for bid submission process.

5. SUBMISSION OF BIDS5.1 Bidder should log into the site well in advance for bid submission so that he/she upload

the bid in time i.e. on or before the bid submission time. Bidder will be responsible forany delay due to other issues.

5.2 The bidder has to digitally sign and upload the required bid documents one by one asindicated in the tender document.

5.3 Bidder has to select the payment option as "offline" to pay the tender fee / EMD asapplicable and enter details ofthe instrument.

5.4 Bidder should prepare the EMO as per the instructions specified in the tender document.The original should be postedlcourieredlgiven in person to the Tender ProcessingSection, latest by the last date and time of bid submission. The details of the Dlf/anyother accepted instrument, physically sent, should tally with the details available in thescanned copy and the data entered during bid submission time. Otherwise the.uploadedbid will be rejected.

5.5 Price Bid Format is provided in a standard BoQ format (.xls File) which has beenprovided with the tender document to be filled by all the bidders. Biddersare requestedto note that they should necessarily submit their financial bids in the format providedand no other format is acceptable. Bidders are required to download the BoQ file, openit and complete the white coloured (unprotected) cells with their respective financialquotes and other details (such as name of the bidder). No other cells should be changed.Once the details have been completed, the bidder should save it and submit it online,without changing the filename. If the BoQ file template is found to be modified by thebidder, the bid will be rejected.

5.6 The server time (which is displayed on the bidders" dashboard) will be considered as thestandard time for referencing the deadlines for submission of the bids by the bidders,opening of bids etc.The bidders should follow this time during bid submission.

5.7 All the documents being submitted by the bidders would be encrypted using PKIencryption techniques to ensure the secrecy of the data. The data entered cannot beviewed by unauthorized persons until the time of bid opening. The confidentiality of thebids is maintained using the secured Socket Layer 128 bit encryption technology. Datastorage encryption of sensitive fields is done.

5.8 The uploaded tender documents become readable only after the tender opening by theauthorized bid openers.

5.9 Upon the successful and timely submission of bids, the portal will give a successful bidsubmission message & a bid summary will be displayed with the bid no. and the date &time of submission of the bid with all other relevant details.

5.10 The bid summary has to be printed and kept as an acknowledgement of the submissionof the bid; This acknowledgement may be u ed as an entry pass for any bid openingmeetings.

3

Page 4: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

6. CE TO BIDDERSqueries relating to the tender document and the terms and conditions contained

ther in should be addressed to the Tender Inviting Authority for a tender or the relevantct person indicated in the tender.queries relating to the process of online bid submission or queries relating to CPP

Po I in general may be directed to the 24x7 CPP Portal Helpdesk. The contact numberfor e helpdesk is 18002337315.

6.3 For any queries, the bidders are asked to contact through e-mail dc roccell-nor phone: 011-23438091 or CPPPtoll free no. 1800-233-7315.

(J.K.S. RawDIG (Prov.), NDRF

For and on behalf ofthe President oflndia

4

Page 5: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

ELIGIBILITY AND QUALIFICATION CRITERIA

1. Only those OBM manufacturers who supplied such OBMs in last 10 years to any of theGovt. /Semi Govt. Maritime Agencies and their authorized agents/ dealers are eligible toquote in the tender.

2. Tenderer must submit self-certification duly mentioning that the specification of OBM havebeen complied along with valid ISO certification of OEMs.

3. The firm should have adequate facilities in India for providing after-sale service/ support fora minimum period of 10 years including electronic equipment, after delivery of the lastOBM. In case the equipment is likely to become obsolete, the manufacturer should commit togive a clear six months' notice to the NDRF.

4. Authorized dealers/distributers should attach a certificate of Authorized Dealership/distributor along with their bid.

5. Certificate of Authorized Dealership / Distributorship must be valid at least for 01 year fromthe date of opening ofthe Tender.

6. Tenderer must submit copy of certificate awarded by any member of lACS or ISO certificatefor authorizing OEM about manufacturing the OBMs specified in this tender.

5

Page 6: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

SCHEDULE OF REOUIREMENTS - I

465 Nos.

S.NO DESCRIPTION OF STORES QTY01 ut Board Motor 30 HP Four Stroke 465 Nos.02 001 box

6

Page 7: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

SCHEDULE OF REOUIREMENTS - II

LIST OF CONSIGNEES

NAME & ADDRESS OF CONSIGNEE AND OUANTITY

SL UNIT Qty. (in StoresNO. Nos.)1. The Commandant 01 Bn NDRF, Patgaon, 39 Out Board Motor 30 HP four

Po- Azara, Guwahati (Assam), strokeDistt- Kamrup, Pin-781017 RlStn- Guwahati 39 Tool box.

2. The Commandant 02 Bn NDRF, Haringhata 39 Out Board Motor 30 HP fourNear RRT Post Office Mohanpur Distt - strokeNadia West Bengal Pin 741246 39 Tool box.

3. The Commandant 03 Bn NDRF, Mundali, 39 Out Board Motor 30 HP fourPost: Mundali, Distt-Cuttack,(Odisha) strokeRlStn- Cuttack 39 Tool box.

4. The Commandant 04 Bn NDRF, Arakkonam, 39 Out Board Motor 30 HP fourPost Suraksha Campus Distt. Vellore (TN) strokePin Code - 631152 RlStnArakkonam 39 Tool box.

5. The Commandant 05 Bn NDRF, Village - 39 Out Board Motor 30 HP fourSadumbare, Taluka - Maval, Distt - Pune strokeMaharashtra RlStn - Talegaon, 39 Tool box.

6. The Commandant 06 Bn NDRF, Jharoda 39 Out Board Motor 30 HP fourCamp Crpf, The WagodiaDistt: Vadodara stroke(Gujarat) 351510 RlStn- Vadodara 39 Tool box.

7. The Commandant 07 Bn NDRF, Post Box- 39 Out Board Motor 30 HP four81, Bibiwala Road, Distt- Bhatinda (Punjab) strokeRlStn : Bhatinda (Punjab) 39 Tool box.

8. The Commandant 08 Bn NDRF, Kamla 39 Out Board Motor 30 HP fourNehru Market, Sector-19, Ghaziabad(UP) stroke

39 Tool box.9. The Commandant 09 Bn NDRF, NH-30, Ara 39 Out Board Motor 30 HP four

Road, Bihta, Patna (Bihar) stroke39 Tool box.

10. The Commandant 10 Bn NDRF, 38 Out Board Motor 30 HP fourAcharyaNagarjuna University Campus, PO- strokeNagarjuna Nagar, Distt.: Guntur (A.P)- 38 Tool box.522510The Commandant 11th BN NDRF, Gautam 38 Out Board Motor 30 HP four

II. Budh Bhawan, Maqbool Alam Road, Varansi stroke(Ll.R) - 221002 38 Tool box.

The Commandant 12th Bn, NDRF, Vi11+Po- 38 Out Board Motor 30 HP four12. Doimukh, Distt- Papum Pare, State- stroke

Arunachal, Pradesh-79 1112 38 Tool box. 'I

~~ ~

(J.K.S. Rlw~DIG (Prov.), NDRF

For and on behalf ofthe President ofIndia

7

Page 8: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

SCHEDULE OF REQUIREMENTS - III

(i) Except as therwise provided in the invitation to the Tender, the contractor hereby declares that. the OB sold/supplied to the purchaser under the contract shall be of the best quality andworkmans ip and new in all respects and shall be strictly in accordance with thespecificati ns and particulars contained/mentioned in the contract.

(ii) The contr ctor hereby Guarantees that the said OBMs would continue to conform to thedescriptio and quality aforesaid for a period of 02 years from the date of delivery of the saidOBMs to e purchaser and notwithstanding the fact that the purchaser (Inspector) may haveinspected d / or approved the said OBMs, if during the aforesaid period of 02 years the saidOBMs be discovered not to confirm to the description and quite aforesaid or not givingsatisfacto performance or have deteriorated, the decision of the purchaser in that behalf shallbe final d binding on the contractor and the purchaser shall be entitled to call upon thecontractor to rectify the OBMs or such .portion thereof as is found to be defective by thepurchaser within a reasonable period or such specified period as may be allowed by thepurchaser in his discretion on/an application made thereof by the Contractor and in such anevent, the above mentioned warranty period shall apply to the OBMs rectified from the dateof rectific tion thereof. In case failure of the contractor to rectify or replace the OBMs etc.within s ified Time, the purchaser shall be entitled to recover the cost with all expenses fromthe contra tor for such defective stores.

(iii) The firm ill guarantee that they will supply OBMs if and when required on agreed basis foran agreed rice. The agreed basis could be and including but without any limitation on agreeddiscount 0 the published catalogue or on agreed percentage of profit on the landed cost.

(iv) The firm ill carry out periodical maintenance as per OEM's maintenance schedule.(v) The Gu tee !Warranty period will commence from the date of complete supply of OBMs at

consignee ocation in satisfactory condition.(vi) In case, anufacture's Standard Guarantee/ Warranty is for more than 2 years, then it will be

applicable to purchaser also.(vii) Necessary service and repair back up during the Guarantee / Warranty period shall be provided

by the Fi (Seller) and the Firm (Seller) will ensure that the cumulative downtime period forthe equip ent does not exceed 30 days in a year.(viii) Gu antee !Warranty of the equipment would be extended by such duration of downtime.Record 0 the down time would be maintained by user in log book and intimation within 24Hours wil be given by user to supplier by EmaillFax etc.

(ix) If a partie lar equipment/goods fails frequently and/or, the cumulative down time exceeds 30days or a ommon defect is noticed in more than 5 times of the quantity of goods with respectto a parti ular item / component ! sub- component that complete item/equipment shall bereplaced ee of cost by the Firm ( Seller) within a stipulated period of 15 days of receipt ofthe notifi tion from the buyer duly modified/upgraded through design improvement in allequipmen supplied/yet to be supplied.

(x) Seller sha I associate technical personnel of maintenance agency and Technician of buyerduring G antee! warranty repair and shall provide complete details of defect, reasons andremedial tions for averting recurrence of such defects. .

(xi) Guarantee arrantee will be comprehensive i.e. inclusive of all Consumables and Spares of alltypes (exc pt Fuel) and will be implemented on site as under:-(a) Respo se time after information will be 07 days.(b) Maxi urn time for repair! replacement will be 15 days otherwise penalty for non- repair /

replac ment beyond the permissible time will be 0.5%ofthe cost ofOBM per week or partthereo will be deducted.

(c) The t I down time pe iod for operation of OBM will be 30 days during guarantee /period.

8

Page 9: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

(d) Periodical/preventive maintenance will be carried out after every 06 months or as .specified by Original Equipment Manufacturer (OEM) of concerned equipment on free ofcost within 15Nos of days.

xii) All consumable items ( except fuel) including Oil filter, fuel filter, seals, hose pipes, engineoil, Secondary battery etc and spare required for periodical/preventive maintenance andrectifying the defects, will be provided by the supplying firm during Guarantee / Warrantyperiod on free of cost.

2. DOCUMENTS TO BE DELIVERED TO THE CONSIGNEE

(a) One manual ofOBM is to be provided to the consignee.

3. JOINT RECEIPT INSPECTION

(a) JRI will be done to check the quantity and the quality of OBMs supplied according to thetender specifications. Team will ensure the make and model of OBM is same as qualified duringphysical evaluation. Observations if any notice by inspection team shall be rectified by the Firm attheir own cost. The schedule of JRI be intimated at least 30 days prior to the date of JRI.

(b) Inspecting agency(i) DG NDRF or his authorized Rep and the technical representatives of Indian Register of

Shipping (IRS) during physical evaluation of sample and JRI.(ii) Inspection charges of classification society will be borne by the tenderer.

4. Tools to be delivered to consignee

(a) List of one set of tools specified by OEM for OBM be mentioned in the tender documentsby the OEM! Firm. The tools set should be supplied along with each OBM.Jt-

***

9

Page 10: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

',' ~

SCHEDULE OF REOUIREMENTS - IV

Note:- Tendere rs should be furnished ! written specific answers to each questions. If theanswers so furnished are not clear and!or are evasive, the offer will become liable forrejeetlei •

DETAILS OF ~ACTURERIFIRM1 (a) Name

(b) Office

i. Ac dress

ii. Te ephone number

iii. MIbbile number

IV Fa~ .

v. e- ~ail

(c) WorkI. Ac dress

11. T€ ephone number

lll. F~

(d) Conta ~t person details1. N me

ii. I) signation

iii. Te lephone number

IV. iM obile number

v. E mail

(e) Suppc rting authorization documents shhould beattacl ed,

2. Details and ~ddress of Subsidiary Office(s)

3. In case of fc reign firm, contact person in Delhi! India(a) Name

(b) Addn ss

(c) Name of company

(d) Telep hone/ Mobile number

(e) E-ma I

Cf) Faxn umber

(g) Certi icate of Authorized :distributor!dealershoul ~ be attached

4. Please con rm that you have offereld packing as pertender enq uiry requirements, If not indicate

'- - 10~\),?-'f'~"" ,

o ~~*~ ~s ''j''.

" ~Ii( :-j.,

~<9- •• ),~lJ

Page 11: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

deviations.5. Gross weight of consignment. (Net weight of each

item)6. Permanent Account Number (PAN)

(Copy of PAN Card should be attached)7. Whether firm is registered with Ministry of MSME or

Distt. Industry Centre (DIC) as MSEs (Micro & SmallEnterprises) or with Startup India. If yes, uploadphotocopy along with following information:-i. Registration certificate with validity date

ii. Tendered store is covered or not -iii. Specify Monetary Limit in Rs.

iv. Production capacity per month

8. Banker details:-(a) Name

(b) Address

(c) Telephone number

(d) Fax number

(e) E-mail

9. Business name and constitution of the firm. Is thefirm registered under:- --j(i) The Indian Companies Act, 1956

Eii) The Indian Partnership Act, 1932. (Please alsogive name of partners)

(iii) Any Act; if not, who are the owners. (Please givefull names and address.)

10. Whether the tendering firm is manufacturer of thestore specified in the tender

11. (a) If stores offered are manufactured in India, pleasestate whether all the raw materials, componentsetc. used in their manufacturing are also producedin India. If not give details of materialscomponents etc., that are Imported and theirbreakup of the Indigenous and Importedcomponents together with their value andproportion it bears to the total value of the storeshould also be given

(b) Authorized Dealers/Distributors to specify thedetails of indigenous and imported material withtheir value.

12. State whether raw materials held in stock sufficient forthe manufacture of the stores

13. Please indicate the stocks in hand at present time

(i) Held by you against this tender

(ii) Held by MIs. over which you have

'l---x ?fOCUr~ Il~~\lf~+O~'* .: I-

m

i···. )=- ~~)~j . j

~':";;:: ,0'

Page 12: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

,

Isecured an option14. Do you a~tree to Sole Arbitration •by Secretary

Ministry of Home Affairs or by some other personappointed b him as provided in Clause 9.9 of theManual for rocurement of Goods, 2017.

15. For Partners pip firms state whether they are registeredor not regis ered under Indian Partnership Act, 1932.Should the answer to this question by a Partnershipfirm be in th f" affirmative, please state further

16. Here state! pecifically

17. Are vou.-

(a) Whet er by the partnership agreement, authorityto ref r disputes concerning the business of thepartnership to arbitration has been conferred onthe partner who has signed the tender.

(b) If the answer to (a) is in the negative, whetherthere s any general power of attorney executedby al the partners of the firm authorizing thepartn r who has signed the tender to referdispu e concerning business of the partnershipto art itration.

(c) If th answer to either (a) or (b) is in theaffim ative, furnish a copy of either thepartn rship agreement or the general power ofattorr ey as the case may be

N.B. (1) ttach to the tender a copy of either :ocument on which reliance is placed foruthority of partners or the partner signinghe tender to refer disputes to arbitration.toe copy should be attested by a Notaryublic or its execution should be admittedy Affidavit on a properly stamped paper~yall the partners.

(2) ~ere authority to refer disputes torbitration has not been given to the~artner signing the tender the tenders muste signed by every partner of the firm.

(i) Whet er the price tendered by you is to the best :of yo r knowledge and belief, not more than theprice usually charged by you for stores of samenatur /class or . description to any privatepurchaser either foreign or as well as Govt.purchaser. If not state the reasons thereof if any.Also ndicate the margin of difference.

(ii) In respect of indigenous items for which there isa con rolled price fixed by law, the price quotedshall lot be higher than the controlled price, andif the price quoted exceeds the controlled pricethe reasons thereof should be stated.

(i) Holding valid Industrial License (s)lRegistrationCerti icate under the Industrial Development andRegu ation Act, 1981. If so, please give[particulars 0 Industrial Income Registration

Page 13: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

Certificate(ii) Exempted from the licensing Provision of the

Act for the manufacture of item quoted againstthis tender. If so, please quote relevant ordersand explain your position

(iii) Whether you possess the requisite license for:manufacture of the stores and/or for theprocurement of raw materials belonging to anycontrolled category required for the manufactureof the store? In the absence of any reply itwould be assumed that no license is requiredfor the purpose of raw materials and/or that youpossess the required license.

18. State whether business dealings with you havebeen banned by Min.! Deptt. of any Central/StateGovernment. If yes, then give the details otherwiseupload the self-declaration certificate with technicalbid

19. Have your Firm ever been black listed or debarredby any Govt. or Semi Govt. or Autonomous bodies

20. Confirm that you have read all the instructionscarefully and have complied with them accordingly

21. Complete address of GST assessment/return officealong with GST number.

--22. Name and details of Authorized Person who dealing

Iwith NDRF for this Tender (Photo Copy of I-Cardshould be attached)

23. Change of name of the Firm, if any, since origin, withdate and reasons thereof

24. Any criminal or civil case pending against firm orowner of the firm (furnish details thereof)

25. Full address of Income Tax office.

26. Details of last Income Tax Return (ITR) (copy of thesame should be attached)

Signature of Witness: Signature of Tenderer:

Full name

(Block letters)

Address:-

(l) Full name

(Block letters).

(2) Address

(2) Whether signing as Proprietor/ Partner/

Constituted Attorney/ duly authorized by the

Company.

***********13

Page 14: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

SCHEDULEOFREOumEMffiNTS-V

PERFORMANf'E STATEMENT

Z'te.•.=QU

-('#=...~·co

Note:- (i)(ii)

Th decision on assessment of past performance ofDG, NDRF will be final.Co y of supply orders and the specifications of theOBMs supplied are requiredto t e enclosed for evaluation of Past Performance.

~ .

,J;!?rocurefrle/J.~~~~, .~-f°fp,r , M?;i' \. ~>I !I ("; ,-5\~ ...if

~~4Jy,,- -- ",,#/I 'Z...~I/,Jai 5\'.,~"

14

Page 15: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

SCHEDULE OF REQUIREMENTS - VI

PROFORMA FOR EQUIPMENT AND QUALITY CONTROL

(THIS PROFORMA IS REQUIRED TO BE SUBMITTED IN DUPLICATE IF BIDDER ISMANUFACTURING THE STORE)

Tender No. & Date for the supply of _

1. Details of firm

(a) Name

(i) Office(ii) Address(iii) Telephone(iv) Fax(v) e-mail(vi) Mobile No

(b) Works(i) Address(ii) Telephone(iii) Fax(iv) e-mail(v) Mobile No.

2. Location of manufacturing works/factory.Factories owned by you (Documentary). Incase you do not own the factory but utilizethe factory of some other firm for themanufacture/ fabrication of the stores forwhich you apply for registration on lease orother base you should furnish a valid legalagreement of the factoryof _

(here indicate thename of the firm whose factory is beingutilized) has been put at your disposal forthe manufacture /fabrication of the storesfor which registration has been applied for.

3. Details of plant and machinery erected andfunctioning in each department(Monograms and descriptive Pamphletsshould be supplied, if available).

4. Whether the process of manufacture infactory is carried out with the aid of poweror without it.

5. Details and stocks of raw material held(state whether imported or indigenous)against each item.

Page 16: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

·6. Producti n capacity of each item with theexisting lant & machinery:

SIGNATURE OF THE TENDERERDesignation _Company/ Firm _

7. Details arrangements for quality controlof produ ts such as laboratory etc.

8. (a) D tails of Technical/ SupervisoryS ff in-charge of production &Q ality control.

(b) Silled labour employed.

(c)

(d) imum No. of workers (Skilled& Unskilled) employed on anyd during the 18 monthsp ceding the date of application.

PLACE: __ +--__DATE: __ +--__

N.D.: (1) D tails under column 5 to 08 inclusive need to be restricted to the extent theype ain to he item(s) under reference.

16

Page 17: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

SCHEDULE OF REQUIREMENTS - VII

FORM - 68-A (OFFER STORE)

Full name and address of theTenderer in addition to post BoxNo., if any, should be quoted inall communications to this office

From:

TENDER NO.

Dear Sir,1. I/We hereby offer to supply the stores detailed in the schedule hereto or such portion thereofas you may specify in the acceptance of Tender at the price given in the said schedule and agree tohold this offer open till , IIWe shall be bound by a communication ofacceptance within the prescribed time.

2. I1We have understood all the instructions to Tenderers in the Tender Enquiry and havethoroughly examined the specification drawing and/or pattern quoted in the schedule hereto andam/are fully aware ofthe nature of the stores required and my/our offer is to supply stores strictly inaccordance with the requirements.

3. I1Wehave understood all the tender conditions in the tender enquiry and will comply withthem.

4. Schedule of requirements III to VII have been submitted duly filled in & signed.

5. The following pages from page No.1 to Page No. have been added to and will formthe part of this tender,

Yours faithfully

(SIGNATURE OF TENDERER)ADDRESS _DATED _

SIGNATURE OF WITNESS

ADDRESS _DATED ---'-

17

Page 18: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

SCHEDULE OF REQUIREMENTS - VIII

OFFICIAL NOTE PAD OF THE OEMUNDERTAKI

Dated:_1_/2018To,

The Dy. spector General (Prov.),HQDG RF,6th Floor, NDCC-II Building,Jai Singh Road, New Delhi-l 10001,

UNDERTAKING

It is to c rtify that Mis (name along with

full address and contact details of the Indian agent) is hereby authorized to participate in NDRF

Tender Enquiry No. dated _1_/2018 under the

backing of ---t----------- (name and full address with contact details of the

OEM). Further (OEM) undertaking to fulfill the following obligations in

case Mis (Indian Agent) fails on its commitments with

a) the GuaranteeIWarranty cover to the products for a period of 02 years from the

date receipt of supply to NDRF.

b) the availability of spare parts for 10 years after GuaranteeIWarranty period.

c) Provi e after sales support to NDRF for the stores for 05 years after GuarantyIWarranty.

In ca e the dealership to MIS (Indian

agent is cancelled withdrawn, for whatever reason, another firm in India would be

nomi ated for meeting the obligations towards NDRF.}-

(Signature of the authorized signatory of the OEM)

(Name)

(Official seal oft e OEM)

(Designation)

18

Page 19: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

SCHEDULE OF REQUIREMENTS - IX

PRE CONTRACT INTEGRITY PACTGeneral

This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on____ day ofthe month of 20, between, on one hand, the President ofIndiaacting through Shri , Designation of the officer, Ministry / Department,Government of India (hereinafter called the "BUYER", which expression shall mean and include,unless the context otherwise requires, his successors in office and assigns) of the First Part and M/s___________ represented by Shri Chief Executive Officer(hereinafter called the "BIDDER/Seller" which expression shall mean and include, unless thecontext otherwise requires, his successors and permitted assigns) of the Second Part.

WHEREAS the BUYER proposes to procure (Name of the Stores/Equipment/Item) and theBIDDER/Seller is willing to offer/has offered the stores and

WHEREAS the BIDDER is a private company/public company/Governmentundertaking/partnership/registered export agency, constituted in accordance with the relevant law inthe matter and the BUYER is a Ministry/Department of the Government ofIndiaIPSU performing itsfunctions on behalf of the President ofIndia.

NOW, THEREFORE

To avoid all forms of corruption by following a system that is fair, transparent and free fromany influence/prejudiced dealings prior to, during and subsequent to the currency of the contract tobe entered into with a view to: -

Enabling the BUYER to obtain the desired said stores/equipment at a competitive price inconformity with the defined specifications by avoiding the high cost and the distortionary impact ofcorruption on public procurement, and

Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order tosecure the contract by providing assurance to them that their competitors will also abstain frombribing and other corrupt practices and the BUYER will commit to prevent corruption, in any form,by its officials by following transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as follows: -Commitments of the Buyerl.l The Buyer undertakes that no official of the BUYER, connected directly or indirectlywith the contract, will demand, take a promise for or accept, directly or throughintermediaries, any bribe, consideration, gift, reward, favour or any material or immaterialbenefit or any other advantage from the BIDDER, either for themselves or for any person,organization or third party related to the contract in exchange for an advantage in the biddingprocess, bid evaluation, contracting or implementation process related to the contract.

1.2 The BUYER will, during the pre-contract stage, treat all BIDDERs alike, and willprovide to all BIDDERs the same information and will not provide any such information toany particular BIDDER which could afford an advantage to that particular BIDDER incomparison to other BIDDERs.

1.3 All the officials of the BUYER will report to the appropriate Government office anyattempted or completed breaches of the above commitments as well as any substantialsuspicion of such a breach.

19

Page 20: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

2. In case ny such preceding misconduct on the part of such official(s) is reported by theBIDDER to the UYER with full and verifiabl¢ facts and the same is prima facie found to be correctby the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, includingcriminal procee ings may be initiated by the BUYER and such a person shall be debarred fromfurther dealings elated to the contract process. In such a case while an enquiry is being conductedby the BUYER e proceedings under the contract would not be stalled.

ents of BIDDERs3. DER commits itself to take all measures necessary to prevent corrupt practices,unfair means a d illegal activities during any stage of its bid or during any pre-contract or post-contract stage i order to secure the contract or in furtherance to secure it and in particular commititselfto the foll wing: -

3.1 e BIDDER will not offer, directly or through intermediaries, any bribe, gift,conside tion, reward, favour, any material or immaterial benefit or other advantage,commis ion, fees, brokerage or inducement to any official of the BUYER, connected directlyor indi tly with the bidding process, or to any person, organization or third party related tothe con ct in exchange for any advantage in the bidding, evaluation, contracting andimplem ntation of the contract.

3.2 e BIDDER further undertakes that it has not given, offered or promised to give,directly or indirectly any bribe, gift, consideration, reward, favour, any material orimmate ial benefit or other advantage, commission, fees, brokerage or inducement to anyofficial f the BUYER or otherwise in procuring the Contract or forbearing to do or havingdone a y act in relation to the obtaining or execution of the contract or any other contractwith th Government for showing or forbearing to show favour or disfavor to any person inrelation to the contract or any other contract with the Government.

3.3* IDDERs shall disclose the name and address of agents and representatives andIndian IDDERs shall disclose their foreign principals or associates.

3.4* IDDERs shall disclose the payments to be made by them to agentsibrokers or anyother i termediary, in connection with thisbidlcontract.

3.5* The BIDDER further confirms and declares to the BUYER that the BIDDER is theorigin manufacturer & authorized government sponsored export entity of the stores and hasnot en ged any individual or firm or company whether Indian or foreign to intercede,facili e or in any way to recommend to the BUYER or any of its functionaries, whetherofficia ly or unofficially to the award of the contract to the BIDDER, nor has any amountbeen p id, promised or intended to be paid to any such individual, firm or company in respectof any such intercession, facilitation or recommendation.

3.6 The BIDDER, either while presenting the bid or during pre-contract negotiations orbefore signing the contract, shall disclose any payments he has made, is committed to orintend to make to officials of the BUYER or their family members, agents, brokers or anyother termediaries in connection with the contract and the details of services agreed uponfor su h payments.

3.7 The BIDDER will not collude with other parties interested in the contract to impairthe tr nsparency, fairness and progress of the bidding process, bid evaluation, contractingand i plementation of the contract.

3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice,means and illegal activities.

3.9 The BIDDER shall not use improperly, for purpose of competition or personal gain,s on to others, any information provided by the BUYER as part of the businesship, regarding plans, technical proposals and business details, including information

-~,!J'iJD,,,, ",~\ 20 ..:.~~~:,'."\. 1\

Page 21: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

contained in any electronic data carrier. The BIDDER also undertakes to exercise due andadequate care lest any such information is divulged.

3.10 The BIDDER commits to refrain from giving any complaint directly or through anyother manner without supporting it with full and verifiable facts.

3.11 The BIDDER shall not instigate or cause to instigate any third person to commit anyof the actions mentioned above.

3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of theBIDDER, either directly or indirectly, is a relative of any of the officers of the BUYER, oralternatively, if any relative of an officer of the BUYER has financial interest/stake in theBIDDER's firm, the same shall be disclosed by the BIDDER at the time of filing oftender.

The term 'relative' for this purpose would be as defined in Section 6 of theCompanies Act 1956.

3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetarydealings or transactions, directly or indirectly, with any employee of the BUYER.

4. Previous Transgression

4.1 The BIDDER declares that no previous transgression occurred in the last three yearsimmediately before signing of this Integrity Pact, with any other company in any country inrespect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise inIndia or any Government Department in India that could justify BIDDER's exclusion fromthe tender process.

4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER canbe disqualified from the tender process or the contract, if already awarded, can be terminatedfor such reason.

5. Earnest Money (Security Deposit)

5.1 While submitting commercial bid, the BIDDER shall deposit an amount of Rs.28,95,6001- as Earnest Money 1 Security Deposit with the BUYER through any of thefollowing instruments: -

5.1.1. An irrevocable Bank Guarantee (BG) in the name of PAO, NDMA, NewDelhi - 110066 of any Nationalized/Scheduled Bank. The Bank guaranteeshould be payable at SBI, Safdarjung Enclave, New Delhi (Code No. 013182)or any Nationalized Bank located in Delhi or New Delhi. The format ofBG isattached with this TE. If EMD is furnished in the form of BG, then itshould be valid for 45 days beyond the validity period of the offer,

5.1.2. An FDR in favour ofPAO, NDMA, New Delhi. The FDR should be payableat SBI, Safdarjung Enclave, New Delhi or any Nationalized Bank located inDelhi or New Delhi

5.2 In case of violation of the Integrity Pact, the BUYER will forfeit the EMD withoutassigning any reason for imposing sanction for violation of this Pact.

6. Sanctions for Violations6.1 Any breach of the aforesaid provisions by the BIDDER or anyone employed by it oracting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle theBUYER to take all or anyone ofthe following actions, wherever required: -

(i) To immediately call off the pre contract negotiations without assigning anyreason or giving any compensation to the BIDDER. However, the proceedings withthe other BIDDER(s) would continue.

21

Page 22: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

The Earnest Money Deposit (in pre-contract stage) and / or Security.Deposit'/Bond (after the contract is signed) shall stand forfeited either fully or

, as decided by the BUYER and the BUYER shall not be required to assignreason therefore.

To immediately cancel the contract, if already signed, without giving anyto the BIDDER.

To recover all sums already paid by the BUYER with interest thereon at 2%than the prevailing Prime Lending Rate of State Bank of India. If any

ouJtstandiing payment is due to the BIDDER from the BUYER in connection with anycontract for any other stores, such outstanding payment could also be utilized to

•.••n·I'\'''~•.the aforesaid sum and interest.

To encash the advance bank guarantee and performance bond / warranty bond,r- •.••••• ..,'''''' •• by the BIDDER, in order to recover the payments, already made by the

along with interest.

To cancel all or any other Contracts with the BIDDER. The BIDDER shall beto pay compensation for any loss or damage to the BUYER resulting from such

"'•.•••"''''••••••v•• / rescission and the BUYER shall be entitled to deduct the amount sofrom the money(s) due to the BIDDER.

To debar the BIDDER from participating in future bidding processes of theof India for a minimum period of five years, which may be further

extended at the discretion ofthe BUYER.

To recover all sums paid in violation of this Pact by BIDDER(s) to anyUl~'''''''l'''"l'''or agent or broker with a view to securing the contract.

Forfeiture of Performance Bond in case ofa decision by the BUYER to forfeitsame without assigning any reason for imposing sanction for violation of this

7.

6.2 BUYER will be entitled to take all or any of the actions mentioned at para 6.1 (i)s Pact also on the Commission by the BIDDER or anyone employed by it orbehalf (whether with or without the knowledge of the BIDDER), of an offence

"''''JlU'\.,'Il in Chapter IX of the Indian Penal Code, 1860 or Prevention of Corruption Act,other statute enacted for prevention of corruption.

decision of the BUYER to the effect that a breach of the provisions of this Pactcommitted by the BIDDER shall be final and conclusive on the BIDDER.

H(nlolpv.pr the BIDDER can approach the Independent Monitons) appointed for the purpose

BIDDER undertakes that it has not supplied / is not supplying similar product /subsystems at a price lower than that offered in the present bid in respect of any

/ Department of the Government oflndia or PSU and ifit is found at any stageproduct / systems or sub systems was supplied by the BIDDER to any other

Department of the Government of India or a PSU at a lower price, then that verydue allowance for elapsed time, will be applicable to the present case and the

rl't1·•••.••n"d in the cost would be refunded by the BIDDER to the BUYER, if the contract hasconcluded.

8.

22

Page 23: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

a) Shri Vivek Rae, IAS (Retd.),Ex-Secretary, Mlo P&NG, Government ofIndia171 Guimohar Enclave, New Delhi, Pincode- 110049Mobile: 9871412828 Residential: 01126950724

b) Smt. Anita Chaudhary, IAS (Retd.),Ex-Secretary D/o Land Resourses, Mlo Rural Development,Government of India,Block T, 28111,DLF III, Gurgaon,Haryana, Pincode: 122002Mobile: 9899111169, Residential: 01244046619.

8.2 The task of the Monitors shall be to review independently and objectively, whetherand to what extent the parties comply with the obligations under this Pact.

8.3 The Monitors shall not be subject to instructions by the representatives of the partiesand perform their functions neutrally and independently.

8.4 Both the parties accept that the Monitors have the right to access all the documentsrelating to the project 1procurement, including minutes of meetings.

8.5 As soon as. the Monitor notices, or has reason to believe, a violation of this Pact, hewill so inform the Authority designated by the BUYER.

8.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction toall Project documentation of the BUYER including that provided by the BIDDER. TheBIDDER will also grant the Monitor, upon his request and demonstration of a valid interest,unrestricted and unconditional access to his project documentation. The same is applicableto Subcontractors. The Monitor shall be under contractual obligation to treat the informationand documents of the BIDDER 1 Subcontractor(s) with confidentiality.

8.7 The BUYER will provide to the Monitor sufficient information about all meetingsamong the parties related to the Project provided such meetings could have an impact on thecontractual relations between the parties. The parties will offer to the Monitor the option toparticipate in such meetings.

8.8 The Monitor will submit a written report to the designated Authority of BUYER 1Secretary in the Department 1within 8 to 10weeks from the date of reference or intimation tohim by the BUYER 1 BIDDER and, should the occasion arise, submit proposals forcorrecting problematic situations.

9. Facilitation of InvestigationIn case of any allegation of violation of any provrsions of this Pact or payment ofcommission, the BUYER or its agencies shall be entitled to examine all the documentsincluding the Books of Accounts of the BIDDER and the BIDDER shall provide necessaryinformation and documents in English and shall extend all possible help for the purpose ofsuch examination.

10. Law and Place of JurisdictionThis Pact is subject to Indian Law. The place of performance and jurisdiction is the seat ofthe BUYER.

11. Other Legal ActionsThe actions stipulated in this Integrity Pact are without prejudice to any other legal actionthat may follow in accordance with the provisions of the extant law in force relating to anycivil or criminal proceedings.

12. Validity12.1 The validity of this Integrity Pact shall be from date of its signing and extend upto 5years or the complete execution of the contract to th satisfaction of both the BUYER and the

23 v.\)RF~~ft'<:-O •..•...,,~~,

, .,.

Page 24: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

2. 2.

BIDDER Seller, including warranty period, whichever is later. In case BIDDER isunsuccess I, this Integrity Pact shall expire after six months from the date of.the signing ofthe contra t.

12.2 Sh uld one or several provisions of this Pact turn out to be invalid; the remainder ofthis Pact all remain valid. In this case, the parties will strive to come to an agreement totheir origi al intentions.

The partie hereby sign this Integrity Pact at on _

BUYER BIDDERCHIEF EXECUTIVE OFFICER

DesignationDeptt / MINISWitness

/PSUWitness

1. 1.

*Provisions of t ese clauses would need to be amended / deleted in line with the policy of theBUYER in regar to involvement ofIndian agents of foreign suppliers.

24

Page 25: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

TECHNICAL SPECIFICATIONS OF 30 HP FOUR STROKES OUT BOARD MOTOR

Sl PARAMETERI SPECIFICATIONS CompliedNo Yes Not1.0 Scope:

This specification relates to the detailed technical requirements of 30 HPFour Stroke Outboard Motor (OBM) intended to be used on 4.5mInflatable Boats ofNDRF.

2.0 FUNCTIONS2.1 The 30 HP Four Stroke Outboard Motor (OBM) is intended to be usedon 4.5m Inflatable Boats, which shall perform the following tasks :-(a) Search & Rescue during floods(b) Transport men and material

3.0 Reguirements3.1 The make & model of OBM shall be of reputed make. OBM make should

have indigenous product support throughout India.3.2 OBM shall be compatible (throttle response throughout its speed range,

shaft length, propeller etc.) with 4.5m Inflatable Boats ofNDRF and can bequickly attached to boat whenever required.

3.3 The Outboard motor shall be of four strokes, three cylinders in-line gasolineengine with suitable propeller.

3.4 The OBM should be capable of developing 30 HP.3.5 The OBM shall have electronic fuel injection system.3.6 The engine cooling system shall be water cooled with thermostat.3.7 The OBM shall be provided with tiller handle for steering.3.8 The OBM shall be provided with manual trim & tilt.3.9 The exhaust shall be through projJeller.3.10 The lubrication system shall be wet sump.3.11 The OBM shall be ultra-low emission ratings.3.12 The length of the shaft of OBM shall be compatible with transom height of

4.5m Inflatable Boats ofNDRF (Long shaft).3.13 The engine and drive line shall be fitted in enclosed housing to protect from

water.3.14 OBM shall be manual starting capability.3.15 OBM shall have forward, neutral & reverse gear shifting arrangement.3.16 The OBM shall be provided with OEM supplied standard fuel tank along

with suitable accessories such as connecting fuel hoses, male & femaleadopter.

3.16 OBM shall be provided with owner's manual & service manual.3.17 OEM recommended standard spares are to be provided.

On-board spares {OBS}3.17.1) Engine oil filter - 03 nos.3.17.2) Fuel Filter - 06 nos.3.17.3) Air Filter - 02 nos.3.17.4) Fuel line with priming valve and connectors - 01 no.3.17.5) Propeller - 01 No.3.17.6) Spark plug - 03 nos.3.17.7) Spark plug wrench - 01 no.3.17.8) Water pump repair kit - 01 set3.17.9) Water pump impeller - 01 no.3.17.10) Gear oil drawn screw washer - 06 nos.3.17.11) Lubrication oil drain plug washer - 02 nos.;#;~O~l'

••.•••• 'i

r' ..9> . ,"s: -tc';;.,-:."

Iii I~.i'.:;2f/"r->~ >r~":;;;"

~10.-, ",

Page 26: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

3.17.12) Fu es of all system complete - 02 set3.18 OEM Shall be provided with suitablestorage stand.3.19 Dry weight of the OBM shall not be more than 85 Kgs.4.0 INSPECT] ON4.1 The inspect on authority for the Outboard Motors will be DG NDRF and

IRS. The cllarges of inspection authority shall be borne by the firm4.2 The cost of conducting tests including POL and the material required for the

purpose are to be borne by the firm5.0 PACKING INSTRUCTION5.1 The unit sllall be suitably packed to withstand the hazards of rail / road

transit and vith a view to avoid any damage during transit and safe arrivalat consignee 's address.

6.0 TEST & TlUALS6.1 Verification of OEM documents/certificate w.r.t. to engine model, sr. no.,

capacity, p oduct description, emission rating etc. including owner'smanual & Sl rvice manual.

6.2 Visual examination of each OBM.6.3 Installation f OBM on NDRF supplied boat.

a) OB~ should be capable of quickly attached to the boat.b) Shaf length of the OBM should be compatible with the transomheight of lx at.

6.4 Water trials =>fNDRFboats along with each new OBM covering:-a) Endurance trial on full load for one hour of one OBM in each lot being

offered fo survey.b) Performa: ce of each OHM at light & full load.c) Maneuver .ng trial with each OHMd) Turing ci cle of with each OBMe) Astern Tr al of with each OBMf) Verificatic n of trim & tilt arrangement of each OBM.

6.5 Verification of accessories & OBS of each OBM.

NOTE01 The OBM ihould achieve 14-16 Knots speed with light load and 6 Knots with full load for

4.5m Inflata ble Boat.02 The confim ation that the stores are meeting the specification should be supported by adequate

Documents/ Literature etc.03 These Documents of all stores offered be numbered and attached after all appendices and the

numberingr)ay be in continuation.04 All the equ pment or entire' set should be packed as per instructions contained in para-5 of

technical spccifications ofTE.

,/" l ()I(1.K.S. Ra~.6.t)

DIG (Prov,), NDRFFor and on behalf of the President of India

26

Page 27: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

GENERAL CONDITION OF CONTRACT (GCC)

All Tender documents attached with this invitation to tender including the specificationsare SACROSANCT for considering any offer as complete offer. It is therefore importantthat Tender acceptance letter which is a written undertaking that all the terms &conditions mentioned in the tender are understood and accepted should be signed withstamp and submitted online in original through e-procurement site https:11eprocure.gov.in/eprocure/app.

2. If you are in a position to quote for supply in accordance with the requirements stated in thetender, all documents attached herewith should be duly filled in, signed with stamp andsubmitted online through e-procurement site https:lleprocure.gov.in/eprocure/app

3. PURCHASER'S DISCRETION:- Director General NDRF reserves the right to:-3.0 Cancel/reject any or all the tenders without assigning any reason.3.1 Increase or decrease the quantity at any stage without assigning any reason.3.2 Change the consignees and allocation of quantities at any stage without assigning any

reason.

4. PURCHASE PRICE PREFERENCE :-Give a purchase / price preference to offers frompublic sector units and SSI units over other firms in accordance with the policies of the Govt.from time to time.

5. ,EARNEST MONEY5.0 All firms who are not registered with Ministry of MSME as MSEs or any other body as

specified in Public Procurement Policy or with Startup India are required to depositEARNEST MONEY equivalent to the amount as mentioned in the tender otherwise theiroffer is liable to be rejected. Registration with any other authority other than as specifiedabove will not exempt from depositing earnest money.

5.1 Earnest Money can be deposited in anyone of the following forms, before bidsubmission end date & time by post/courier to the Tender Processing Section or todrop it in the tender box in person at HQ DG NDRF, 6th Floor, NDCC-II Building,Jai Singh Road, New Delhi otherwise bid is liable to be rejected:-5.1.1 An irrevocable Bank Guarantee (BG) in the name ofPAO, NDMA, New Delhi

- 110066 of any Nationalized/Scheduled Bank. The Bank guarantee should bepayable at SBI, Safdarjung Enclave, New Delhi (Code No. 013182) or anyNationalized Bank located in Delhi or New Delhi. The format of BG is attachedwith this TE. IfEMD is furnished in the form ofBG, then it should be valid for45 days beyond the validity period of the offer.

5.1.2 An FDR in favour of PAO, NDMA, New Delhi. The FDR should be payable atSBI, Safdarjung Enclave, New Delhi or any Nationalized Bank located in Delhi orNew Delhi.

5.2 The Earnest money shall be valid and remain deposited with the purchaser for theprescribed period as mentioned in the Special Condition of Contract (SCC). If the validityof the tender is extended, the validity of EM document shall also be suitably extended bythe Tenderer, failing which his tender, after the expiry of the aforesaid period shall not beconsidered by the purchaser.

5.3 No interest shall be payable by the purchaser on the EM deposited by Tenderer.5.4 The EM deposited is liable to be forfeited if the Tenderer withdraws/ amends/ impairs/

derogates from the tender in any respect within the period of validity of his tender.5.5 The EM of the successful Tenderer shall be returned after the Performance Security

Deposit as required in terms of the resulting contract is furnished by the firm.~;,ir-5)\o,:'::~

~~ 27it

/

Page 28: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

5.6 lfth successful Tenderer fails to furnish the Performance Security Deposit as required inthe ontract within the stipulated period, the Earnest Money (EM) shall be liable to beforti ted by the purchaser.

5.7 EM f the unsuccessful Tenderers shall be returned within 30 days of finalization oftend r. Tenderers are advised to send a pre-deposited challan along with their bids tofacil ate refund of Earnest Money in time.

5.8 In pI ce of bid security, Bidders to sign a Bid security declaration accepting that if Firmwith raw or modify their bids during the period of validity or if firm is awarded withthecon ct and it fail to sign the contract, or to submit a performance security before thedead ine defined in the request for bid documents, firm wiII be suspended for the periodof ti e specified in the request for bid documents from being eligible to submit bids forcon cts with entity that invited the bids.

6.must submit the details of their plant and machinery on standard Performaith this TE irrespective of their registration status. Purchaser reserves the right toufacturing capacity of any Tenderer re-verified through its representative or any

agencies, irrespective of their registration status.

7. SYSTEM: Tenderersare required to submit their offers ONLINE in two bidsystem i. . in separate sealed as under:-

7.1 FIRST OVER SHOULD CONTAIN THE SCANNEDCOPIES OF FOLLOWINGELIGm ITY INFORMATION IN .PDF FILES ):-7.1.1 canned copy of Technical bid along' with its specification leaflets, brochures, if

y. Composition of technical bid like:-a) Instruction to Bidders (ITB) duly signed with stamp.b) Eligibility and Qualification criteria duly signed with stamp.c) Schedule of Requirements - I to III duly signed with stamp.d) Schedule of Requirements - IV to VII duly filled in and signed with stamp.e) Technical Specifications duly signed with stamp.f) Special Condition of Contract (SCC) duly signed with stamp.g) General Condition of Contract (GCC) duly signed with stamp.h) All the Standard formats duly signed without quoting price/ taxes in the

price bid proforma duly signed with stamp. 'i) Any other relevant document which the firm wishes to submit,j) Technical details/leafletslbrochure of subject stores as per specifications. ,k) ECS Mandate form duly signed with stamp.

7.1.2 cuments of Earnest money (or) Deptt. of MSME registration certificate forSEs (or) Startup India registration certificate.

7.1.3 P N Number! Proprietors Individual PAN No. in case of Proprietorship concernsal ng with ITR for last 2 years.

7.2 SEC ND COVER SHOULDCONTAINTHE FOLLOWING:-7.2.1 ce bid / Financial Bid to be submitted ONLINE as per financial Bid proforma

(S dard format of this tender enquiry) i.e. to be filled in the BoQ (excelw rksheet) and also enclose the same in PDF format separately.

7.2.2 If the BoQ of excel format would not calculate the exact amount at the time ofbi ding then the price bid uploaded by the bidder in PDF format will be considered.

7.2.3 T derer will attach copies of Govt. Notification in support of all applicableT eslDuties quoted in the offer (in PDF format).

7.3 Only e Technical Bid will bebpened on the date indicated for Tender opening. Pricebids 0 only those firms will be considered for opening whose offers are complete in allrespec and fulfill the requirements as per specifications!QRs and qualifies all technical

If-Y' procu,en,e. Y28~\j ~~

~o ~~* ~

Page 29: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

requirements and terms & conditions as per TE. However, purchaser reserves the rightto cancel/reject the tender/offer without assigning any reminder.

8 PRICE8.1 The Tenderers are required to quote prices on free delivery to consignee basis. Price will

be quoted in figures as well as in words Indian currency only. L-l for the store item willbe decided inclusive of all Taxes / Duties and all other leviable charges. Format forsubmission of Price Bid is attached with this Tender Enquiry.

8.2 Firms should quote for the entire quantity/package, however, price break up whereverasked in the price bid is required-to be given. Offers without the price break up are liableto be rejected.

8.3 Price quoted should be firm and final and no increase of what so ever due to increase instatutory levies or other taxes would be admissible to the firm.

8.4 Benefit of decrease in levies will be passed on to the purchaser.8.5 Tenderers are required to indicate Basic Prices, GST and any other leviable taxes/

charges separately within the Performa for Price Bid given at Standard Format-Ill. Taxes/duties/ charges reflected outside the Performa will not be accepted. Tenderer must attachcopies of Govt. Notification in support of all applicable Taxes/ duties/charges quoted inthe offer.

9 EXEMPTION FROM DUTIESIT AXES:-9.1 The firm has to mention prevailing Custom Duty/ other taxes in the proforma along with

price bid and must attach copy of Govt. notification in this regard. If Custom Duty/any other taxes is quoted /reflected as "Nil" or "Zero" under relevant column of PriceBid, no Custom Duty Exemption Certificate (CDEC)/any other tax exemption will begranted. Subsequently, upon placement of supply order, no further request will beentertained in this regard. -Note: No custom duty exemption certificate will be provided by the NDRF

9.2 Octroi and Local Taxes :As per para 6.8.2 of Manual for Procurement of Goods, 2017,in case the goods supplied against contracts placed by Procuring Entity are exemptedfrom levy of town duty, Octroi duty, terminal tax and other levies of local bodies, thesuppliers should inform accordingly by incorporating suitable instructions in the tenderenquiry document and in the resultant contract. Wherever required, the supplier shouldobtain the exemption certificate from the Purchasing Department to avoid payment ofsuch levies and taxes. In case such payments are not exempted (or are demanded in spiteof the exemption certificate),the supplier should make the payment to avoid delay insupplies and forward the receipt to the purchasing Department for reimbursement andfor further necessary action

10 TENDER SAMPLE10.1 Tender sample is not required along with offerlbid. However, only those firms which

are qualified in technical evaluation of technical bid are required to be deposited 01 NoOut Board Motor (OBM) 30 HP four stroke as tender sample in sealed/locked box atProcurement Cell, HQ NDRF, 6th Floor, NDCC-II Building, Jai Singh Road, NewDelhi-Ol by due date and time to be fixed by NDRF for physical evaluation which willbe carried out by a detailed committee in presence of representative of firms. Maximum15 days will be provided to the firms who qualified in technical evaluation forsubmission of tender sample for physical evaluation. Tenderer who fails to deposittender sample on due date and time to be fixed by NDRFtheir offerslbids are liable tobe rejected and no extension for submission of tender sample shall be granted in anycircumstances. The tender sample will be kept with DIG (Prov.) HQ DG NDRF tillfinalization of tender

Page 30: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

14. RIGHT 0 REJECTION14.1 The ecision of the DG NDRF shall be final as to the quality of the store and shall be

bin ng upon the Tenderers and in case of any of the articles supplied not being foundas r specification shall be liable to be rejected or replaced and any expenses or lossescau d to the suppliers should be borne by the supplier and ensured by the supplier thatartic es supplied should be best in quality and free from all defects.

14.2 The cceptance of store will be made only when the store are inspected and found up tothe ndard specifications and free from all defects.

14.3 The ejected stores must be removed by the Tenderers from the consignee's premiseswith n 15 days from the date of the intimation about rejection at the risk and cost of theTen erer.

30

10.1 Th Lab test report/certificate submitted by the tenderer should be free from anyam iguity. Self-attested copy of valid lab test report issued by ILAC/Govt. Approvedlab / ENIEC & Self certification of OEMs be accepted at the time of bid submission.Th original certificate can be asked at the time of evaluation, if required. The Lab testrep rt submitted with bid should be valid at least till validity of tender.

10.2 Th purchaser also reserves the right to carry out the lab test of the samples submittedby he tenderer at any stage 'from any agency where testing facility available and thecos of test should be borne by the teriderers.

10.3 Te er Sample should have cards affixed on it duly signed and stamped by the firmind ating the following:-a) ame and address ofthe firmb) ender No. with date of openingc) ame of item, item No & size.

10.4 er sample should have card affixed duly signed and stamped by concerned labd the Lab Test Report of the intended tender sample otherwise the offer is liableejection.

10.5 pie sent on "FREIGHT TO PAY" basis will not be accepted and the tendererwo ld submit sample on No cost and No commitment basis.

10.6 Th sample may be utilized by the purchaser for carrying out Physical Evaluationon II the parameters of Specifications.

10.7 Sa pIes submitted by the tenderers whose offers are not accepted may be collected bythei authorized representatives on requisition or hearing from NDRF Dte. In case

les are not collected within given time, the samples will be disposed off.

:":'::=~=-::F-=-M:.:ARKIN==~G:As per clause 12 of the general condition of contract DGS&D-68

ORDERED STORES13.1 supplies in the case of successful Tenderers should conform to tender samples

ace pted in trial evaluation in all respect besides specifications mentioned in the tenderenq iry.

13.2 Ten erers will be fully responsible for proper testing and making the store functionalbef re acceptance and the final settlement of account.

13.3 The store should be Brand NewlModel No, with Loti Batch No.1 Year of manufacture,na of manufacturer, Country of Origin and other relevant detail should be given. Theorig nal literature supplied with the store should also be provided.

13.4 The stores supplied should be of best quality and free from all defects. Eachcon ignment will be insured by the firm at their cost against transit risk till reach itsdest nation as the insurer will not accept claims after specified period, the consignmentshal be clear within 03 days and transit damage, loss if any shall be reported to the firmwit n 30 days of arrival of consignment at the destination.

Page 31: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

14.4 The In-charge stores concerned will take reasonable view of such materials but in nocase shall be responsible for any loss, shortage, damage that may occur to it while it isin the premises of the consignee.

15. PENALTY FOR DELAY IN SUPPLY AND LIQUIDATED DAMAGES:15.1 In case the firm does not complete the supply within the delivery period, action will be

taken against the firm as per Para 9.7.9 & 9.7.10 Manual for procurement of Goods,2017.

15.2 Penalty @ 0.5 % per week or part thereof of the contract value shall be levied for delayin supply subject to a maximum of 10% in the form ofLD.

16. DELIVERY OF STORES16.1 Free delivery to consignee( s) basis.16.2 Delivery period will include the inspection and replacement of rejected lot.16.3 Firm should not deliver stores to consignee(s) beyond scheduled Delivery Period

without obtaining prior sanction of purchaser.16.4 In case, Firm deliver stores after scheduled Delivery Period, even if the stores are

accepted by the consignee, it would be at the risk and cost of the seller as the supplymay not be taken as contractually accepted.

16.5 No grace period will be provided after the stipulated delivery period.16.6 No lead time will be given.

17. FALL CLAUSE: Fall Clause will be applicable as under:-17.1 The price charged for the stores supplied under the contract by contractor shall in no

event exceed the lowest price at which the contractor sells the store item or offer to sellstore of identical description to any persons/ organization during the currency of thiscontract. .

17.2 If the contractor, at any time, during the currency of contract reduces the sale price,sells or offer to sell such store to any person/ organization at a price lower than theprice chargeable under the contract, it shall forthwith notify such reduction or sale oroffer of sale to the Director General, NDRF and the price under the contract would bereduced accordingly.

18. OPTION CLAUSE:-The Purchaser reserves the right to place order on the successfulTenderer' for additional quantity up to 25% of the quantity offered by them at the time ofplacement of order or during the currency of the contract as per Clause 7.5.4 of Manual forProcurement of Goods, 2017.

19. RISK PURCHASE CLAUSE19.1 In the event of failure of the supplier to deliver or dispatch the stores or provide the

required services within the stipulated date/ period of the supply order AIT, or in theevent of breach of any of the terms and conditions of the AT, the purchaser will havethe right to purchase the store elsewhere at the risk and cost of the defaulting supplierafter giving a notice to the defaulting supplier. The cost as per Risk Purchase exercisemay be recovered from the bills pending with the supplier even against any othersupplies outside this contract or even from the pending bills with any other GovernmentDepartmentiMinistry .

19.2 In the event of a contract being cancelled for any breach committed and the purchasereffecting re-purchase of the store at the risk and the cost of the contractor, the purchaseris not bound to accept the lower offer of Benami or allied or sister concern of thecontractor.

19.3 The purchaser reserves the option to give a purchase/price preference to offers frompublic sector units and SSI unit over other Firms in accordance with the policies of theGovt. from time to time. b---

~~S)4s' ')"'"$;J'~ ,-,1';[;:. . ('> 31...",,- ,~~.J~~:-il ~1p·'''';:~'t

/

Page 32: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

20. PERFO CE SECURITY20.1 Th Performance Security would be required within 21 days from the date of issue of

AT confirmed supply order and would be released after the obligations of the firm aresuc essfully met. .

20.2 In rms of Rule, 170 of GFR, 2017 and para 6.1.2 of Manual for Procurement ofGo s, 2017 all the successful Tenderers irrespective of their registration status withDe . of MSME for (Micro & Small Enterprises) MSEs shall be required to furnish anam unt equal to 10% of the contract value as security deposit as guarantee against itsow performance under the contract within 21 days of issue of contract. It should bevali up to 60 days beyond the expiry of Warrantee / Guarantee period.

20.3 In ase Performance Security is not deposited by the successful bidder within thestip lated time from the placing of AT / Supply order, irrespective of any reason, EMDcou d be permanently forfeited and AT / Supply order would become liable forcan ellation atthe risk ofthe Firm.

21. PAST P RFORMANCE STATEMENT21.1 Fi which are not registered with Ministry of MSME as MSEs or any other body as

spe ified in Public Procurement Policy or with Startup India are required to submitthei performance statement of supplying of such type of store in last two years in theencl sed proforma attached with this Tender Enquiry. .

21.2 The decision on the assessment of the past performance of the Tenderer by DG NDRFwill be final.

22.LAW G VERNING THE CO CT22.1 The ontract shall be governed by the laws in force as of date in India and interpretation

wou d be done accordingly.22.2 Juri iction of Court: The courts of the New Delhi shall alone have jurisdiction to

deci e any dispute arising out of or in respect of the contract.

23.l Arb' tion proceedings shall be held at New Delhi, India and the language of thearbi tion proceedings and that of all documents and communications between theparti s shall be English.

23.2 In t e case of dispute or difference arising between the purchaser and the supplierrelat ng to any matter arising out of or connected with the contract, such dispute ordiff nee shall be settled in accordance with the Indian Arbitration and ConciliationAct, 996.

23.3 Sole arbitration will be by Secretary, Ministry of Home Affairs, Govt. of India or bysom other person appointed by him as provided in para 9.9 of Manual for ProcurementofG ods, 2017. .

INFLUENCE24.1 The eller should undertake that he has not given, offered or promised to give directly

or in irectly any gift, consideration, reward, commission, fees brokerage of inducementto a y person in service of the Purchaser or otherwise in procuring, the Contracts orForb aring to do or for having done or forborne to do any act in relation to obtaining orexec tion of the Contract or any other Contract with the Government for showing orforb ring to show favour or disfavour to any person in relation to the Contract or anyothe Contract with the Government.

24.2 Any reach of the aforesaid undertaking by the seller or anyone employed by him oractin on his behalf (whether with or without the knowledge of the seller) or thecom ission of any offers by the seller or anyone employed by him or acting on hisbeha f, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention ofCo ption A t, 1947 or any other Act enacted for the prevention of corruption shall

32

Page 33: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

entitle the Purchaser to cancel the contract and all or any other contracts with the sellerand recover from the seller the amount of any loss arising from such cancellation.

24.3 A decision of the Purchaser or his nominee to the effect that a breach ofthe undertakinghad been committed shall be final and binding on the seller.

24.4 Giving or offering of any gift, bribe or inducement or any attempt at any such act onbehalf of the seller towards any officer/employee of the Purchaser or to any otherperson in a position to influence any officer/employee of the Purchaser for showing anyfavour in relation to this or any other contract, shall render the Seller liable for penaltyas the Purchaser may deem proper including but not limited to termination of thecontract, imposition of penalty damages, forfeiture of the Bank Guarantee and refund ofthe amounts paid by the Purchaser. ,

25. AGENT AND AGENCY COMMISSION25.1 The seller confirms and declares' to the purchaser that the seller -is the original

manufacturer of the stores referred to in this contract and has not engaged anyindividual or firm, whether Indian or Foreign whatsoever, to intercede, facilitate or inany way to recommend to the Government of India or any of its functionaries, whetherofficially or unofficially, to award the contract to the seller, nor has any amount beenpaid, promised or intended to be paid to any such individual or firm irrespective of anysuch intercession, facilitation or recommendation.

25.2 The Seller agrees that if it is established at any time to the satisfaction of the purchaserthat the present declaration is in any way incorrect or if at a later stage it is discoveredby the purchaser that the seller has engaged any such individual/firm, and paid orintended to pay any amount gift, reward, fees, commission or consideration to suchpersonal party, firm or institution, whether before or after the signing of this contractthe seller will be liable to refund that amount to the purchaser.

25.3 The purchaser will also have a right to consider cancellation of the contract eitherwholly or in part, without any entitlement or compensation to the seller who shall insuch eventuality be liable to refund all payment made by the Buyer in terms of thecontract along with interest at the rate of 2% per annum above LIBOR rate. Thepurchaser will also have the right to recover any such amount from any contractsconcluded earlier with the Government of India.

25.4 The seller will also be debarred from entering into any supply contract with theGovernment ofIndia for a period as deemed fit by the purchaser.

26. PATENT AND OTHER INDUSTRIALIINTELLECTUAL PROPERTY RIGHT26.1 The prices quoted in the present tender shall be deemed to include all amounts payable

for the use of patents, copyright, registration charges, trademarks and payment for anyother industrial property rights.

26.2 The Tenderer shall indemnify the Purchaser against all claims from a third party at anytime on account of the infringement of any or all the rights mentioned in the previousparagraphs, whether such claims arise in respect of manufacture or the use. Thetenderer shall be responsible for the completion of the supplies, irrespective of the factof infringement of any or all the rights mentioned above.

27. TRANSFER AND SUB-LETTING:- The Tenderer has no right to give, bargain, sell,assign or sublet or otherwise dispose of the resultant contract or any part thereof, as well as togive or to let a third party take benefit or advantage of the resultant contract or any partthereof.

28. FORCE MAJEURE CLAUSE: If at any time, during the continuance of this contract, theperformance in whole or in part by either party of any obligation under this contract shall beprevented or delayed or becomes impossible or unlawful by reason of any war, hostility, actsof public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantinerestrictions, strikes, lockouts or act of God (her ina te.ferred to "events") provided, notice

c\}lemenl -r: -,33 0 ._' '

Page 34: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

of the ha pening of any such event is given by either party to the other within 21 days fromthe date f occurrence thereof, neither party shall by reason of such event, be entitled toterminat this contract nor shall either party have any claim for damages against the other inrespect 0 such non-performance or delay in performance, and deliveries under the contractshall be sumed as soon as practicable after such event has come to an end or ceased toexist, an the decision of the Purchaser as to whether the deliveries have been so resumed ornot, shall be final and conclusive, provided further that if the performance in whole or part orany oblig tion under this contract is prevented or delayed by reason of any such event for aperiod ex eding 60 days, either party may at its option terminate the contract provided alsothat if th contract is terminated under this clause, the purchaser shall be at liberty to takeover fro the contractor at a price to be fixed by the Purchaser, which shall be final, allunused, u damaged and acceptable materials, bought out components and stores in course ofmanufac re in the possession of the contractor at the time of such termination or suchportion ereof as the purchaser may deem fit excepting such materials, bought outcompone ts and stores as the contractor may with the concurrence of the purchaser elect toretain.

29.2 chaser shall have the right to terminate this Contract without any notice in partfull in any ofthe following cases:-The delivery of the material is delayed for causes not attributable to ForceMajeure after the scheduled date of delivery ..

The Seller is declared bankrupt or becomes insolvent.

The delivery material is delayed due to causes of Force Majeure by more than60 days.

29.2. In case Performance Security is not furnished within 21 days from the date ofissuing of AT.

29.2. In case the seller fails to supply the store within scheduled delivery period inwhich case Performance Security Deposit shall also be forfeited.

30. CORRES ONDENCE PROCED30.1 Any uery IClarificationl Representation related to this Tender must be strictly be

addr ssed to DIG (Prov.), Procurement Branch, HQ DG NDRF, 6th Floor, NDCC-IIBuH ing, Jai Singh Road, New Delhl-llOOOI, (Email: [email protected], TeleNo. 11-23438091) only, till the issuance of supply order/A.T.

30.2 Tend rers are requested to write full name and designation of authorized signatory 01]

all th correspondence to be made with the purchaser.

30.3 Firm should intimate any change in their Address/Telephone/Fax/e-mail immediately.The tate of non-communication with firm at any stage will make the offer/contractliabl for rejection and cancellation respectively.

31.1

34

Page 35: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

31.2 Queries/representations on Tender Enquiry received up to Pre-Bid meeting would onlybe entertained and considered. All queries and representations received after the date ofPre-Bid Meeting are liable to be ignored.

31.3 For any change in terms and condition of tender / tender specification, the Tenderersare requested to visit CPP Portal website at www.eprocure.gov.in as well as NDRFwebsite at www.ndrf.gov.in regularly. Any changes/modifications in tender enquirywill be intimated through these websites only.

31.4 Tenderers are advised to visit above websites regularly to obtain updated information.

32. EFFECTIVE DATE OF CONTRACT: The time allowed for carrying out the supply willstart from the day of issue of written orders (Acceptance of Tender) for supply 0accordance with the schedule indicated in the tender/AT documents.

35

r ,

'\\oj.

Page 36: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

''I,' '.

SPECIAL CONDITIONS OF CONTRACT (SCC)(If any instrt ction contained in this tender is contrarv to instruction mentioned in sDecial

conditions of contract, the special instruction will prevail.)

5. Quantity

1--1._+-D_at_e_a_n_d-:-T-+m_le_o_f_re_c_e~ip_lt_o_f_T_en_d_e_r--+-._·--t Please see at page No.1 ofTE2. Date & Tilt e of Opening of Tender :3. Tender Cos : Nil4. Stores : 1) OBM 30 HP Four Strokes

2) Tool Box1) OBM 30 HP Four Strokes -465 Nos.2) Tool Box - 465 Nos.

6. Validity of ( ffer 06 Months from date of opening of Tender.(i) DG NDRF or his authorized Representative and

the technical representatives of Indian Registerof Shipping (IRS) during physical evaluation ofsample and 00.

(ii) Inspection charges of classification society willbe borne by the tenderer.

(a) Rs. 28,95,600/- with 06 months validity from thedate of opening of Tender.

(b) In case, EMD is furnisbed in the form of BGthen it should be valid for 7 months 15 days fromthe date of opening of Tender.

7. INSPECTI :)Na) Autl prity

8. EMDNalidifY

9. Terms of del very10. Delivery Per od

II. Qualifying 1 E igibility criteria

Free delivery to consignee's basis.05 months from the date of issue of AT includingInspection.[i] No lead time will be given.[ii] No grace period will be givenNote:- Bidder are required to supply the goodswithin the DP which includes time taken for JRI andsupply should be accordingly scheduled. However,the actual time taken for 00 exceeds the deliverydate, the same will be on purchaser's account ifsupplies are accepted after 00. In case, the suppliesllot is rejected during JRI, then the time taken beyondDP for replacement of rejected lot and JRI of thereplaced items will on the seller's account withapplicable penalty .(i) Only those OBM manufacturers who supplied

such OBMs in last 10 years to any of the Govt.ISemi Govt. Maritime Agencies and theirauthorized agents/ dealers are eligible to quotein the tender.

(ii) Tenderer must submit self-certification dulymentioning that the specification of OBM havebeen complied along with valid ISOcertification of OEMs.

(iii) The firm should have adequate facilities inIndia for providing after-sale servicel supportfor a minimum period of 10 years includingelectronic equipment, after delivery of the lastOBM. In case the equipment is likely to becomeobsolete••the manufacturer should committed to

36 Y

Page 37: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

12. Payment Terms

13. Mode of Payment

15. INSPECTION IJOINT RECEIPTINSPECTION (JR!)

16.

17. Undertaking for supply of Spares The firm will give an undertaking for ensuring~_ .. , availability of spares for a period of 10 years from

Guarantee I Warranty

give a clear 6 months' notice to the NDRF.(iv) Authorized dealers/distributers should attach a

certificate of Authorized Dealership/ distributoralong with their bid.

(v) Certificate of Authorized Dealership /Distributorship must be valid at least for 01year from the date of opening of the Tender.

(vi) Tenderer must submit copy of certificateawarded by any member of lACS forauthorizing his factory for manufacturing theOBMs specified in this tender

Lot wise 100% payment will be. processed forpayment on receipt of stores in good condition anddemonstration of the stores will be provided by thefirm at the time of surveylline committee of store ateach consignee locationThe payment will be made in INR. Bills for paymentwill be submitted to PAO, NDMA, NDMA Bhawan,New Delhi - 66 through NDRF.Inspection/JRI shall be carried out on arrival ofOBMs at 8thBn, NDRF, Ghaziabad (UP) in thepresence of a Board of Officers and rep ofclassification society or any other agency to benominated by NDRF.

JRI will consist of: -(i) Quantitative checking to verify that the

quantities of the delivered OBMs & itscomplete standard accessories corresponding tothe quantities defined in the contract and theinvoices.

(ii) Inspection to verify the make and model ofOBM in accordance with the OBM qualifiedduring physical evaluation.

(iii) All tests will be carried out to the entire I

satisfaction of the purchaser and certificate tothis effect issued by the RegisteredClassification Society.

(iv) If any lot is rejected in final inspection as notconforming to Tender Specifications the samelot must be replaced within scheduled DeliveryPeriod before final acceptance.

(v) Alternatively at purchaser's option, money berefunded positively within 60 days of issue. ofnotice of such rejection in case any payment isalready made to the seller.

As per Schedule of Requirement-III. 02 yearsGuarantee/ warranty period will start from the dateof acceptance of stores in full and final quantity insatisfactory condition, after due inspection and! orsuccessful Trials and commission as applicable.

Page 38: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

the date of award of contract.17. It will be held at Office of the DIG (Prov.), 6 Floor,

(i) NDCC-II Building, Jai Singh Road, New Delhi onthe date mentioned at pa e No.1 ofTE.In case of any objection! suggestion in tender QRsI

(ii) Specifications bidder should come along with alldetails in the pre. bid conference or give properresentation/literature in their sup ort.

18. Language f all bid documents, correspondences and technical literature etc. shall be Englishonly. The idders are re uired to submit their rice bidlEMDIPSD in Indian Ru es onl .

19. The date 0 manufacturing of the tendered equipment! store sbould not be older tban tbe yearof tenderi i.e. 2018.

20. All tests d trials will be carried out to the entire satisfaction of the Purchaser.

Dy. Inspector General (Prov.)For and on Behalf of President ofIndia

38

Page 39: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

STANDARD FORMAT - I

ToBANK GUARANTEE FORMAT FOR FURNISHING EMD

PAO,NDMAA-I, Safdarjung EnclaveNew Delhi

Whereas....... (hereinaftercalled the "tenderer")has submitted their offerdated for the supplyof > ••••••••••••••• (hereinafter called the''tender'')against the purchaser's tender enquiryNo KNOW ALL MEN by these presents thatWE of .. . . .having our registered office at arebound unto (hereinafter called the "Purchaser)in the sum of

for which payment will and truly to be made to the said Purchaser, the Bank binds itself, itssuccessors and assigns by these presents. Sealed with the Common Seal of the said Bankthis ; day of 2018/19.

THE CONDITIONS OF THIS OBLIGATION ARE:(1)

(2)

If the tenderer withdraws or amends, impairs or derogates from the tender in any respectwithin the period of validity of this tender.If the tenderer having been notified of the acceptance of his tender by the Purchaser duringthe period of its validity'-a) If the tenderer fails to furnish the Performance Security for the due performance of

the contract.b) Fails or refuses to accept! execute the contract.

We undertake to pay the Purchaser up to the above amount upon receipt of its first writtendemand, without the Purchaser having to substantiate its demand, provided that in its demand thePurchaser will note that the amount claimed by it is due to it owing to the occurrence of one or boththe two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force upto and including 45 days after the period of tendervalidity and any demand in respect thereof should reach the Bank not later than the above date.

(Signature of the authorized officer of the Bank)

Name and designation of the officer

Seal, name & ad ress of the Bank and address of the Branch

Page 40: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

Name & designation of the officer

STANDARD FORMAT -II

To

GUARANTEEFORMATFORPERFORMANCESEcumITY

WHERE S...................................................................................... (name&address of the su plier) (hereinafter called ''the supplier') has undertaken, in pursuance of contractNo dated....................... to supply (description ofgoods & services) (herein after called "the contract").

AND WH REAS it has been stipulated by you in the said contract that the supplier shallfurnish you with a bank guarantee by a schedule commercial recognized by you for the sumspecified therein security for compliance with its obligations in accordance with the contract.

REAS we have agreed to give the supplier such a bank guarantee;

NOW T REFORE we hereby affirm that we are guarantors and responsible to you, onbehalf ofthe supp er, up to a total of........................ ..................................................... ~ : (amount of the guarantee in words andfigures), and we u dertake to pay you, upon your first written demand declaring the supplier to be adefault under the ontract and without cavil or argument, any sum or sums within the limits of(amount of guaran ee) as aforesaid, without your needing, to prove or to show grounds or reasons foryour demand or th sum specified therein.

waive the necessity of your demand the said debt from the supplier beforepresenting us with he demand.

We further agree that no change or addition to or other modification of the terms of thecontract to be pe ormed there under or of any of the contract documents which may be madebetween you and t e supplier shall in any way release us from any liability under this guarantee andwe hereby waive n tice of any such change, addition or modification.

This guaran ee shall be valid until the day of 20 .

(Signature of the authorized officer of the Bank)

Seal, name & address of the Bank & address ofthe Branch& Telephone No.-+ --'- _

40

Page 41: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG

41

STANDARD FORMAT -IIIPROFORMA FOR PRICE BID

(TO BE FILLED BY THE BIDDERS & SEALED SEPARA TEL Y)NB ;- (i) Tender Inviting Authority: DG NDRF .

(ii) Name of work: Procurement ofOBM 30 HP four stroke with JlPe tool set(iii) Contract No. : 1-17018IProc.l1211IDG-NDRF/2018 ~~ ~(iv) Tenders are requested to read the instructions given at the bottom of Price Bid Proforma carefully before filing the same.(v) Currency to be mentioned in columns 6 to 9.Tender Inviting Authori~: DG NDRFName of work: Procurement of Out Board Motor 30 HP Four stroke with one tool setName of the bidder/ BiddingFirm/ Company:

PRICE SCHEDULE(This BOQ template must not be modifiedl replaced by the bidder and the same should be uploaded after filling the relevant columns, else the bidder isliable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)NUMBER TEXT# TEXT# NUMBER TEXT NUMBER# NUMBER NUMBER# NUMBER# NUMBER# NUMBER#

#SI.No. Item Description Item Quantity Units Basic Rate for one Custom GST, if any Any other Total amount Total amount

Code/ Unit in figures to be Duty for one for one unit in charges for without taxes with taxes inMake entered by the bidder unit in Rs. P one unit Rs. P Rs. P.

in Rs. P. Rs. P Rs. P1 2 3 4 5 6 7 8 9 10 111. OBM 30 HP four Iteml 465.000 Nos.

stroke with one tool setTotal in FiguresQuoted rate in Words INROnly

Note:- Tenderers are requested to read the mstructions given below the Price BId Proforma carefully before filhng the same:-(a) The complete commercial quote should be in Indian Rupees (INR) only.(b) Tenderers are required to indicate Basic Rate, Custom duty, GST and any other leviable taxes/ Charges separately in the relevant columns of

the proforma. Any taxes/ duties / charges reflected outside the Proforma will not be accepted.(c) Entry tax / Octroi !Toll tax and other Statutory Taxes will be applicable at actual, if admissible.(d) Tenderer will attach justification of price quoted. This also includes the recently executed contracts of the store in question with Govt.l Semi

Govt. organization etc.(e) Firm will provide consumable & spares free of cost during demonstration and training.(t) No column should be left blank. Wherever amountis not quoted, the column should be clearly marked as Nil. ("Nil")

*****

Page 42: Home | NDRF - National Disaster Response ForceE-mail: dcproccell-ndrf@gov.in TE No. 1-170181121lIHQ-NDRF/2018 7tY~ Dated, the ~ /09/2018 1. On behalf of the President of India, DG