भ रत सरक र अ त रक वभ ग अ त रक उपय ग क (इसर ) आ ब व ड वस त र प.ओ. अहमद ब द 380 015 (भ रत) द रभ ष +91-79-2691 3051/98 फ क न. : +91-79-2691 5835/02/48 Government of India Department of Space SPACE APPLICATIONS CENTRE (ISRO) Ambawadi Vistar P.O. Ahmedabad 380 015 (INDIA) Telephone : +91-79 2691 3051/98 Fax No. : +91-79 2691 5835 / 02 /48 Email: publictender@sac.isro.gov.in न वद स चन स.: स क / प ट / 08 / 2015-16 Tender Notice No.: SAC / PT / 08 / 2015-16 Date: 02-09-2015 भ रत क र प त क लए और उनक ओर स व र. ध न, य एव भ ड र, अ त रक उपय ग क, अहमद ब द नम न ल ख क लए म हरब द न वद ए आम त करत ह : For and on behalf of the President of India, Sr. Head, Purchase & Stores, Space Applications Centre, Ahmedabad invites sealed tenders for the followings:. स. S.No न वद न. Tender No. 1. AHAD 201400135701 2. AHMG 201500062801 3. AHEG 201500070301 4. AHAD 201500078701 स लक ववरण Brief Description Providing Services for Driving Light & Heavy Motor Vehicle (Two Part Tender) Technical Services Units for Mechanical Machining (Two Part Tender) Fabrication & Delivery of SAC Designed RFIC (Two Part Tender) House Keeping Services for Cleaning (Two Part Tender) नयत त थ 0B(अपर 3 बज तक) 1BDue on (up to 3 pm) 30-09-2015 30-09-2015 30-09-2015 05-10-2015 5. AHEG 201500079601 GaN Epilayers on SI-SiC 4 Substrate 05-10-2015 6. AHSA 201500081401 Comprehensive AMC & HUB Operations of DMS VNP Network 05-10-2015 (Two Part Tender) 7. AHSG 201500094701 Scanning Electron Microscope (Two Part Tender) 07-10-2015 8. AHMR 201500100201 Phase Noise Analyser (Two Part Tender) 07-10-2015 9. AHAD 201500083201 Service Contract for Customs Clearance Services (Two Part Tender) 07-10-2015 Page 1 of 3
न वद दस त व य भ ग, स क स कए ज सकत ह तथ य इसर क व बस इट www.isro.gov.in पर भ उपलब ह इच छ न वद क र इस व वबस इट स ड उनल ड कर सकत ह तथ अपन स त `.545.00 त य (र ख कत डम ड फ क र म ) क न वद श ल क स थ स त कर अपन स त स त करत समय लफ फ क ऊपर भ ग पर न वद स. तथ नयत त थ लख य द दस त व ड क र म ग ए ज रह ह त नम ब त क न ट कर : 1. न वद दस त व म ग न क लए भ ज ज रह नव दन प पर न वद स चन स ख य तथ न वद स ख य द न लख ज ए तथ न वद श ल ` 545.00 त य ( कस भ र यक त ब क र ज र र ख कत डम ड फ क र म ) क स थ म य एव भ ड र अ धक र, अ त रक उपय ग क, अहमद ब द- 380015 क भ ज ज ए 2. लजस लफ फ म इस क र क नव दन भ ज ज रह ह उसक ऊपर भ ग पर " न वद दस त व ज क लए अन र ध" लख ज ए त य न वद दस त व क लए अलग नव दन प एव अलग डम ण फ भ ज ज ए 3. न वद श ल ( अ तद य) क भ गत न र ख कत डम ण फ ( म एमआईस आर ड ड ) क र म कय ज ए ज अहमद ब द म द य ह तथ वह म ल ख अ धक र, स क अहमद ब द-380015 क न म पर लय ज ए 4. डम ण फ क प छ व त क न म एव न वद स ख य दजर ह न च हए 5. नयत त थ बढ़ ए ज न क नव दन पर क ई वच र नह कय ज एग 6. ड क र न वद दस त व क ब नयत त थ स 10 दन प वर ब द कर द ज एग 7. य द व त व य गत र स आकर न वद दस त व करन च हत ह, त व नयत त थ स एक दन प वर तक य भ ग ( बलल ड न. 30-ए, कमर न. 57) म कस भ क यर दवस पर 1400 स 1600 बज क ब च स पकरकर 8. म हरब द स त क समय स म त य न वद क स मन न दर नयत त थ क 1500 बज तक रह ग 9. अ तम समय स म स प वर ब लय उपलस थ न वद क र /उनक र धक त त न धय क उपलस थ म उस दन 1530 बज ख ल ज ए ग 10. ऊपर न दर त थ क य द छ ट ट घ षत क ज त ह त स क क अगल क यर दवस न वद ओ क एव ख लन क लए नयत त थ म न ज एग 11. वल ब/द र स स त स व क नह कए ज ए ग 12. लजन प टर य न समय स ब ल जम कर ई ह तथ न वद ख लन म भ ग ल न च हत ह, व अपन धक त त न ध क न म उस व श न वद म उलल ल ख नध र रत त थ स एक दन प वर स चत कर द वल ब स /अ तम क ष म व श ह त अन र ध पर वच र नह कय ज एग Page 2 of 3
Tender documents can be bought from the Purchase Division, SAC and are also available on ISRO website www.isro.gov.in. Interested tenderers may download the same from the website and submit their offer along with tender fee of ` 545.00 each (In the form of Crossed Demand Draft). While submitting your offer superscribe Tender No., and due date on the envelope. If the documents are requisitioned by post, the following points shall be noted: 1. Request letter shall be sent for requisitioning tender documents indicating tender notice number and tender number together with tender fee ` 545.00 each (In the form of Crossed Demand Draft issued by any Nationalized Bank ) to the Purchase and Stores Officer, Space Applications Centre, Ahmedabad - 380 015 only. 2. The Envelope containing such request shall be super-scribed with Request for Tender Documents. Separate request letter and separate Demand Draft shall be sent for each tender document. 3. The tender fees (non refundable) shall be paid in the form of CROSSED DEMAND DRAFT (MICR DD ONLY) payable at AHMEDABAD in favour of The ACCOUNTS OFFICER, SAC, Ahmedabad - 380 015 only. 4. Vendor name and tender number shall be indicated on the reverse side of the Demand Draft. 5. No request for extension of the due date will be considered. 6. The sale of the tender documents through POST shall be closed 10 days prior to due date. 7. In case vendors desire to collect the tender document in person, they may contact Purchase Division (Bldg. No. 30-A, Room No. 57) on any working day between 1400 to 1600 hrs up to one day before the due date. 8. Deadline for the receipt of the sealed offers shall be up to 1500 hrs on the due date mentioned against individual tender. 9. Bids received before the deadline shall be opened in the presence of attending tenderers/their authorized representatives on the same day at 1530 hrs. 10. In the event any date indicated above is declared as holiday, the next working day at SAC shall be considered as the due date for receiving & opening of tenders. 11. Late/Delayed offers will not be accepted. 12. Parties, who have submitted bids in time and want to participate in tender opening, may inform their authorized representative s name one day in advance of the due date indicated against the particular tender. Delayed requests / requests for entry at eleventh hour will not be entertained. Page 3 of 3
भ रत सरक र अ त रक वभ ग अ त रक उपय ग क (इसर ) आ ब व ड वस त र प.ओ. अहमद ब द 380 015 (भ रत) द रभ ष +91-79-2691 3051/98 फ क न. : +91-79-2691 5835/02/48 Government of India Department of Space SPACE APPLICATIONS CENTRE (ISRO) Ambawadi Vistar P.O. Ahmedabad 380 015 (INDIA) Telephone : +91-79 2691 3051/98 Fax No. : +91-79 2691 5835 / 02 /48 Email: publictender@sac.isro.gov.in न वद स चन स. स क / प ट / 08 / 2015-16 Tender Notice No.SAC/ PT / 08 / 2015-16 नयत त थ.स. S.N न वद न. Tender No. स क ववरण Brief Description 0B(अपर 3 बज तक) 1BDue on (up to 3 pm) 1. AHAD 201400135701 Providing Services for Driving Light & Heavy Motor Vehicle (Two Part Tender) 30-09-2015
M/s 000000 GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE AHMEDABAD 380 015, INDIA PURCHASE & STORES INVITATION TO TENDER Our Ref No : AHAD Ph No: Fax 079-2691 3067 079-2691 5848/02/35 Date :03/09/2015 2014-001357-01 Tender Due: 15:00 Hrs ISTon 30/09/2015 Opening : 15:30 Hrs ISTon 30/09/2015 Dear Sirs, Please submit your sealed quotation, in the Tender Form enclosed here along with the descriptive catalogues / pamphlets /literature,superscribed with Our Ref.No. and Due Date for the supply of the following items as per the terms & conditions mentioned in Annexure( Form No: AS PER ATTAHCED.) S.No. Description of Items with Specifications Unit Quantity 1 PROVIDING THE SERVICES FOR DRIVING LIGHT AND HEAVY MOTOR VEHICLE ON CONTRACT BASIS FOR A PERIOD OF TWO YEARS AS PER ATTACHED RFP. (TWO PART TENDER) Nos. 840 DELIVERY AT: MODE OF DESPATCH DUTY EXEMPTIONS TRANSPORT SECTION ON SITE -- SPECIAL INSTRUCTIONS NIL SPECIFIC TERMS AS PER ATTAHCED. INSTRUCTIONS TO TENDERERS: NOTE: 1) QUOTATION SHOULD BE SUBMITTED WITH EMD RS.1,00,000.00 (RUPEES ONE LAKH ONLY) BY CROSSED IN THE FORM OF DD/FDR ISSUED BY ANY SCHEDULED BANK IN FAVOUR OF "ACCOUNTS OFFICER, SPACE APPLICATIONS CENTRE, AHMEDABAD." 2) PLEASE SUBMIT YOUR OFFER ALONGWITH TENDER FEE RS. 545.00 IN FAVOUR OF "ACCOUNTS OFFCER, SPACE APPLICATIONS CENTRE, AHMEDABAD." 3) THIS IS A TWO PART TENDER KINDLY SUBMIT YOUR QUOTATION AS PER ATTACHED TERMS & CONDITIONS. PANKAJ KUMAR DHAKAR PUR & STORES OFFICER For and on behalf of the President of India The Purchaser
REQUEST FOR PROPOSAL (RFP) FOR PROVIDING SERVICES FOR DRIVING LIGHT AND HEAVY MOTOR VEHICLES GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICAITIONS CENTRE AHMEDABAD 380 015 1
REQUEST FOR PROPOSAL FOR PROVIDING SERVICES FOR DRIVING LIGHT AND HEAVY MOTOR VEHICLES. INTRODUCTION: Space Applications Centre (SAC) owns a number of light and heavy motor vehicles. They consist of cars (Maruti: Esteem, SX4, TATA: Indigo); LMVs (GM: Tavera, Toyota: Innova, Qualis; TATA: SUMO; M&M: Armada, Bolero, Zenio), Tractors, HMVs (TATA: Staff Bus (Diesel/CNG); Mini Bus and special purpose light and heavy motor vehicles. This RFP is to invite proposals from established service providers in and around Ahmedabad/Gandhinagar to provide Services for Driving Light and Heavy Motor vehicles as per the needs of SAC. 1.0 SCOPE OF SERVICE PART-I: TECHNICAL AND COMMERCIAL BID The scope of this Contract is restricted only to outsourcing / providing Driving Services Units (DSU) for different projects or groups of SAC. The following activities to be carried out by DSU of service providers: 1. Conveyance for staff from / to different parts of city of Ahmedabad / Gandhinagar. 2. Conveyance for senior officials from their residence to SAC and back. 3. Conveyance for officials from / to at airport and railway station (Pick up and drop). 4. Carrying officials and sophisticated equipments/materials within SAC campus. 5. Outstation trips to places outside Ahmedabad / Gandhinagar. 6. Any other trips as may be assigned by the Concerned Authorized Officials. 2.0 QUALIFICATIONS AND EXPERIENCE OF DSU PERSONNEL 2.1 DSUs for light vehicle shall have minimum experience of driving LMV for three years and DSUs for heavy vehicle shall have minimum experience of driving HMV for two years. 2.2 DSUs shall be literate enough to read and write Gujarati, Hindi language and basic knowledge of English language. 2.3 The DSU deployed shall be physically and mentally fit. 2
2.4 DSUs shall possess valid driving license of LVD/HVD during tenure of Contract. 2.5 Each driver engaged under this contract should efficiently and honestly carry out his assigned work responsibly and with courtesy. 2.6 All driver engaged under this contract should strictly follow office timings and be punctual and regular. They are also expected to honour and adhere to all the security restrictions in force. 2.7 Drivers should be familiar with the routes to Railway Station, Airport any other important places in Ahmedabad/Gandhinagar. 3.0 TOTAL DSU SERVICES WORKLOAD 3.1 The workload for the projects will be divided into Driving Services Unit (DSU). 3.2 One Driving Services Unit (DSU) is defined as service provided by one driver for 8 hours per day. DSU Working Hours: Each DSU will perform duty for 8 hours per day excluding lunch time. If required, the drivers will be required to perform the duties beyond and outside office timings/hours, in split duty and also on Sundays/Gazetted Holidays. In case of DSU is called for performing duty beyond 8 hours and/or Sundays/Gazetted Holidays, payment will be restricted to number of DSUs arrived at on pro-rata basis as per the wages quoted. 3.3 The duration of Service work Contract will be for Two (02) years that is Twenty four (24) Months. 3.4 The work load per month will be 35 DSUs during Contract span of two (02) years (22 for light vehicle and 13 for heavy vehicle). The sum of the total work load is 840 DSUs for 02 years, which may be varying over each month of contract span of two (02) years. 3.5 However it may be noted that there is no guarantee for Minimum work load, that is, Minimum assured number of Driving Service Unit (DSU) during any month of contract span and also for sum of total work load for above referred service contract. 4.0 SELECTION PROCEDURE OF DSU PERSONNEL: Strict selection procedure will be followed in order to ensure the quality of DSU. DSUs will be required to undergo a skill test conducted by SAC before they are allowed to be engaged under the contract. SAC decision for selecting the DSU personnel will be final and binding to Service Provider (SP) in all respect and cannot be challenged. 3
5.0 SELECTION CRITERIA FOR SERVICE PROVIDERS 5.1 The Service Provider should have his own office in and around Ahmedabad/Gandhinagar. Full address of Service Provider's office with details of facilities available i.e. Office Staff, Landline Phone, Fax, Mobile No., E-mail ID, etc. shall be provided in the quotation. 5.2 Service Provider should submit the following supporting documents with the tender, Part-I (Technical bid) and also a blank copy of the Price bid (Annexure-II) i.e. without prices, Annexure-I, Techno-Commercial compliance failing which the tender will not be evaluated/considered. 5.3 Documents to be enclosed along with techno-commercial bid: a) Latest Copy of Registration of the firm of the contractor from concerned authorities indicating Registration No., date and its validity. b) Income-Tax, PAN No. Service Tax No. and photo copy of the annual returns of income filed during last three (03) years. c) Service Provider Company should have minimum turnover of Rs. 10 Lakhs per year in the field of providing driving services/similar services for at least last three (03) years. d) Service provider is expected to possess minimum three (03) years of relevant experience and should submit photo copies of work Order/Purchase Order as evidence. e) Solvency Certificate from a Scheduled bank for Rs. 10 lakhs. f) Copy of valid license for under taking the said contract. g) Documentary proof of having office in Ahmedabad with infrastructure. 5.4 Service Provider must have a Minimum existing DSU at least Ten (10) persons at his establishment. Service Provider has to provide the list of regular DSU employees with their name, qualifications, experience, etc. The list of regular employees available with Service Provider for similar Contracts has to be clearly listed separately. 5.5 Service Provider s Company/firm should not have been banned or black-listed by any Government Department / Central Government Unit / Public Sector Unit / Financial Institutions / Court and submit a declaration in this regard. 5.6 If required SAC Officers shall visit the Service Provider s premises for verification of information related to work orders/space/manpower and infrastructure facilities and Equipments claimed. The Service Provider, who is not able to substantiate/satisfy the requirements laid down in this RFP, is liable to be rejected. 5.7 SAC reserves the right to accept or reject any offer fully or partly without assigning any reasons, if the rates quoted are NOT RATIONAL and UNVIABLE. SAC also reserves the right to enter into parallel contracts with one or more service providers, if required, under this RFP. 4
6.0 CONTRACT MANAGEMENT (A) RESPONSIBILITY OF SAC CONTRACT MANAGER SAC Contract Manager will be the overall coordinator and supervisor. As the works are to be carried out for different projects or groups of SAC, the deployed DSUs will work as per the instructions from respective Project-In-Charge on day-to-day basis. (B) RESPONSIBILITIES OF THE SERVICE PROVIDER 6.1 Service Provider should give the name of Contract Person/Contract Manager from his side for all relevant communication/interactions regarding this contract. 6.2 Service Provider will submit the list of short listed candidates (DSUs) to be deployed along with their bio-data and other personal details like residential address, contact phone/mobile Nos., driving Licenece Number and validity, date and Issuing Office, previous experience of driving, etc. 6.3 The Service Provider will deploy the DSU Personnel from the list of selected Driving service persons (DSUs) only, which is approved by SAC. 6.4 Service Provider will ensure that all the DSU Personnel deployed in SAC are bonafide employees of the Service Provider having valid Service Provider s Identification Card with a photograph. The Service Provider cannot subcontract this work to any other entity or agency. 6.5 Service Provider is required to obtain the Police Verification of the deployed DSU Personnel at his own expenses and submit the same to SAC authorities. Service provider has to ensure that DSUs should be Indian National only. 6.6 Service Provider will deploy the DSUs to carry out the work within 15 days of the award of contract after fulfilling other terms and conditions like police verification, etc. 6.7 The Service Provider shall provide two pairs of uniforms and one pair of Shoe per year to the DSUs engaged under this contract and ensures wearing of proper uniform while they are on duty. 6.8 Service Provider will maintain monthly attendance sheet for the work carried out by the Service Provider's personnel in terms of DSUs for each completed month. 6.9 Service Provider must employ DSUs in sufficient numbers to take care of the additional or extra workload that may arise from time to time, during the contract duration within the limits defined under section 3.0 of this RFP. Service Provider should be able to provide any additional DSUs support within short notice but not exceeding seven (07) days. SAC also reserves the right to decrease or increase the numbers of DSUs at any time. 5
6.10 Service Provider will ensure that the DSU Personnel deployed by him at SAC are available for the respective work for the total duration of the contract and frequent changes of the personnel to be avoided. 6.11 There should not be any break in DSU Services provided due to absence of any personnel for a prolonged period i.e. 10 working days or more. The Service Provider has to ensure suitable replacement at the earliest but within next seven (07) days. 6.12 In case of any DSU Person found unfit or unsuitable for the work assigned, during the tenure of the contract, Service Provider is required to replace immediately or within seven (07) days from the day of identification of above said deficiencies. 6.13 Service Provider shall be responsible for the good conduct of the personnel employed by him. The Service Provider will be responsible for and liable to pay compensation for any damage or loss to the property of SAC as a result of negligence / carelessness of any of his employees. This amount shall be recovered from the payment due to the Service Provider. 6.14 SAC will not be responsible for any contingency arising out of the deployment of the Service Provider s personnel in SAC premises. The Service Provider will be responsible for the safety of the deployed DSU Personnel. SAC shall not be responsible for any accident/injury/loss of life of Service Provider s DSU Personnel due to natural calamities, accidents, etc. 6.15 The Service Provider shall submit an Indemnity Bond, indemnifying SAC/ISRO from any claims that may be filed by the staff deployed by the contractor, against accidents/loss/injury that may arise during their stay at SAC premises. 6.16 Service provider shall make his own arrangements for conveyance and other logistics requirement for DSU Personnel. 6.17 Service Provider and his employees shall abide by the security guidelines and rules followed in SAC from time to time. Whenever the Service Provider or his employees have to enter SAC, they should carry entry passes, issued by SAC; and identity card provided by the service provider; and should produce the same as and when demanded. Their movement shall be restricted to only those places / Offices / laboratories where they are authorized. 6.18 Service Provider will be required to adhere by the law of the land, in writing, with respect to protection of employees rights and benefits while servicing this Contract. 6.19 Insurance: Purchaser will not bear responsibility whatsoever for the death/damages/injuries sustained by any of the Drivers while on duty and the Service Provider shall make his own arrangement for life and medical insurance of his DSUs deputed for the work. 6
The service Provider should be responsible to bear the Medical and legal expenses relating to injury/death caused to the DSUs while on duty/driving service. The service provider should provide comprehensive insurance coverage for the sum of Rs.1.2 Lakh or as prescribed under relevant rule, per DSUs and the annual premium for such insurance coverage will be borne by Service Provider. If DSUs had discontinued the job for any reasons whatsoever before completion of one year, service provider has to replace him with another DSUs and in such a case(s) Insurance premium for incomplete period shall be borne by the Service provider. 6.20 Loss, Damage, etc.: In case of loss and damage to Government property as a result of accident involving drivers deployed by the Service Provider, a committee constituted by Director, SAC consisting of Chairman and Members from SAC and one representative of the Service Provider shall look into such incidents and come to a conclusion w.r.t. whether the accident is due to negligence on part of driver(s). Decision of the committee shall be final and binding on both parties and the Contractor/SAC/both will bear the costs of the damages (in full or as per proportionate ratio) as may be decided by the committee. 6.21 Service Provider will also be required to adhere by the applicable statutory rules and laws of the land, laid down by Government of India and Government of Gujarat regarding the wages, benefits and rights for these DSU Personnel like PF/ESI/Medical Insurance, monthly wage statement, leave statement, Income tax deductions, etc. If required, SAC reserve the right to evolve a joint mechanism with the service provider for grievance redressal of DSU personnel. 6.22 Service Provider should provide mobile phone facility to Drivers for Airport and outside duty. 7.0 GENERAL TERMS AND CONDITIONS 7.1 As regards the security of handling of material/equipment and sensitive data/ files at the system site, the arrangement will be worked out by SAC Contract-In-Charge. The DSU Personnel of Service Provider will strictly follow the procedures so worked out. The DSUs is not authorized to communicate any official information they may come across during their working in office. 7.2 SAC/ISRO reserves right to disqualify any of the Service Provider's DSU Personnel deployed for providing services for various reasons like driving incompetence, indiscipline, irregularity, insincerity, disobedience, doubtful credentials/integrity, etc. In such a case the Service provider shall substitute DSUs immediately subject to fulfilling other conditions. 7.3 FALL CLAUSE: The rates charged by the Service Provider for the DSU work, shall in no event exceed the lowest rates charged for the services of identical description, to any other party during the validity of the agreed rates. If, at any time during said period, the Service Provider reduces the rates for the work to any other party, he shall 7
forthwith notify such reduction of rates applicable to the undersigned and the rates payable under this contract for the services shall stand correspondingly reduced. 7.4 Under no circumstances shall the DSU Personnel deployed by Service Provider claim any right of employment, regular or otherwise, at SAC or ISRO/DOS and related establishments, during and after the end of the contract period. The scope of this Contract is restricted only to outsourcing of DSU services. 7.5 All other standard commercial terms and conditions of SAC/ISRO, Government of India for a tender of similar nature, shall also be applicable. 8.0 DURATION OF CONTRACT 8.1 Period of the Contract will be for TWO (02) years. However, the Contract may be extended for further period of ONE (01) year or part thereof on mutual consent, depending on the need and exigencies subject to the agreed quality of DSU and other applicable terms and conditions. 8.2 The performance of DSU Services will be reviewed for initial three months. Depending upon the performance assessment, DSU contract will be continued for the remaining period. In any case, SAC reserves the right to decide the contract period at the time of award of contract. 9.0 MONITORING AND TERMINATION OF CONTRACT 9.1 SAC Contract Manager and SAC management shall carry out periodic reviews of the progress of the DSUs/work at various stages during the contract duration. The Service Provider is required to provide all necessary information on this matter, as and when solicited by SAC. 9.2 SAC reserves the right to terminate the Contract or reduce the scope and number of deployed DSUs any time within the Contract duration at short notice, if the Service Provider fails to provide satisfactory quality DSU Services or fails to comply with any of the clauses mentioned above and laid down in the contract. If the Service Provider fails to execute the contract to the satisfaction of the SAC and as per the terms and conditions of the contract even after giving opportunity to correct himself, SAC shall forfeit the Security Deposit (SD) and Contract may be terminated, if required. SAC's decision in this matter will be final and binding. 9.3 If SAC discovers during the period of contract, contractor not adhering to laws of land, contract will be short closed without assigning any reason or notice period. 8
10.0 PAYMENT TERMS AND CONDITIONS 10.1 The service Provider should pay wages to the DSUs according to the prevailing minimum wages as prescribed by the Central Government (Ministry of Labour) for skilled Manpower. 10.2 In case of any revision of minimum wages during the currency of contract, monthly wages will be automatically revised as and when such revision is notified by the appropriate authority. There will, however be no change in the administrative charges/other charges payable to the Service provider on account of such revision. 10.3 Work / Services entrusted for the day shall be completed and logged by the respective DSUs in the monthly attendance sheet and the signature of the concerned Project-In-Charge shall be obtained. The Service Provider will submit consolidated bills for the satisfactory service of the Driving Services Units (DSUs) completed on a Monthly Basis in terms of total gross DSU Rate, along with the monthly attendance Sheets duly filled and certified by the Project-In-Charge. 10.4 Payment with respect to the contract, against the consolidated bills submitted, will be made for each month, based on the extent of DSUs work satisfactorily carried out and the Job Completion Certificates/Voucher (JCV) issued by the respective Project- In-Charges for having satisfactorily carried out the assigned DSU works. Individual JCVs for each DSUs will be collected by the Service provider and a single consolidated monthly bill should be submitted to Accounts Officer (Local Bills), SAC. 10.5 Bills submitted by service providers should be supported with documentary evidences in respect of statutory payments made by him to respective authorities towards PF, ESI, Medical Insurance, Wages (salary), etc. while servicing this contract for each Driving Services Units (DSU) for the previous months, which will be verified before release of payments. 10.6 The Service provider is required to submit the documentary proof of wage payment/remittance, such as acquaintance rolls, remittance statements submitted to bank for depositing the amount to the individual accounts of each DSUs, & declaration form obtained from Services personnel having received the payment regularly, etc. as and when required for verification, failing which the bills for subsequent periods will not be cleared and paid. The Service Provider shall invariably provide monthly wage statement/salary slips to each DSUs engaged by him. 10.7 Only those taxes / duties / EPF / ESI / Administrative Charges, etc. which are legally leviable and are already mentioned in tender commercial offer, will be claimed by the Service Provider and paid by SAC. The taxes, etc. as applicable on work contract in the state of Gujarat should be clearly accounted for. If this is not mentioned in tender price bid, no claim on these. 9
10.8 Service Provider should make payment to DSUs through ECS or Cheques in a Nationalised/Scheduled recognized Bank. 10.9 Failure of Payment to DSUs: Failure on the part of the Service Provider to pay the specified wages/salaries to his employees deployed for the services to be rendered under the service contract including bouncing of cheques issued by the Service Provider will be viewed seriously and on receipt of such report / complaint, no further payment will be released to the Service Provider unless a documentary evidence is produced to establish to the satisfaction of the "Contract Manager" that all the DSUs have been paid their dues and nothing is outstanding in this regard. 10.10 Penalty Clause: If the Service Provider is not able to maintain continuity in each and every individual DSU Services in any month, as mentioned in point no. 6.8, 6.9 and 6.10 as referred above in the RFP, then penalty charge per absentee, equivalent to 10% of One (01) DSU rate as per Contract, may be deducted from Service Provider s total payments for that month. However while accounting of said penalty, above referred DSU rate will be considered after excluding of all type of employer s contribution (EPF, ESI etc.), Administrative charges and service taxes. 10.11 EARNEST MONEY DEPOSIT (EMD): An amount of Rs. 1, 00,000/- (Rs. One Lakh Only) shall be remitted by Account Payee Demand Draft / Fixed Deposit Receipt (FDR) in favour of Accounts Officer, SAC towards EMD along with quotation. Please note that without EMD, quotation will not be considered. EMD of successful bidder shall be adjusted against Security Deposit and the remaining amount of security deposit will be deposited by the Service Provider. EMD of unsuccessful bidders will be returned after finalization of contract without any interest. 10.12 SECURITY DEPOSIT (SD): An amount equivalent to 10% of annual contract value in the form of Demand Draft / Fixed Deposit Receipt (FDR), valid for the period of contract shall be remitted in favour of Accounts Officer, SAC as Security Deposit towards performance of Contract. Security Deposit will be released only after satisfactory completion of all contractual obligations. No interest is payable on the SD amount. 10.13 The Service Provider will be responsible for and liable to pay compensation for any damage or loss to the property of SAC as a result of negligence / carelessness of any of his employees. This amount may be deducted from the payments made at the end of that month. 10.14 Applicable Income Tax on the payment made to the service providers will be deducted or recovered at source on monthly basis as per Income Tax act. 10.15 ESI / EPF COVERAGE FOR DSUs: The Service Provider shall comply with the statutory rules connected with Medical Insurance (ESI) and Provident Fund (EPF) and should be registered with the concerned authorities. The Service Provider is also required to pay ESI & EPF contributions regularly and the proof of payment is required to be 10
submitted along with the Original Challans/bills. No extra payments shall be made by SAC towards any other expenses incurred by the Service Provider. 11.0 Arbitration: The Service Provider and Purchaser shall try to resolve disputes/differences, if any, arising out of provisions of the Service Contract by mutual consultations in an amicable manner. In case it is apparent that resolution of dispute/differences is not possible in this manner, the same shall be referred to sole Arbitrator appointed by the Director, SAC in accordance with the Arbitration and Conciliation Act, 1996, whose decision shall be final and binding on both the parties. 12.0 Jurisdiction: All disputes arising out of this Contract shall have jurisdiction of Ahmedabad city only. 13.0 SUBMISSION OF TECHNICAL-COMMERCIAL TENDER DOCUMENT 13.1. This is a two bid tender enquiry. The bidder should submit both the technocommercial details (without price) in Annexure I and price bid Annexure II in separate sealed cover within the due date specify. Each page of bid document including Annexures shall be duly signed and stamped by the Service provider or his authorized representative including all the pages of RFP (as acceptance of SAC terms and Conditions) and sent to the following address: Sr. Head, Purchase & Stores, Space Applications Centre (ISRO) Ambawadi Vistar P.O., Ahmedabad-380015. 13.2. The offer should be valid for a minimum period of 120 days from the due date of opening of the tender. 13.3. Corrections, if any, must be attested. All amounts shall be indicated both in words as well as in figures. Where there is a difference between amounts quoted in words and figures, amount quoted in words shall only be considered. 13.4. Service Provider is required to give the name of Contact person from his side for all relevant communications/interactions regarding this contract. The authority of person signing tender offer should be produced, if required. 13.5. Service Provider should provide along with the offer, the name of his bankers. 13.6. Late or delayed tender offers shall not be considered. Therefore, please ensure that the tender is posted well in time to reach us before the due date. 13.7. No conditional discounts and terms will be allowed. 13.8. Tender fee of requisite value shall be sent along with the tenders by Demand Draft in favour of Accounts Officer, SAC, Ahmedabad. 13.9. Tender bids shall be submitted as above on or before due date. 11
ANNEXURE-I TECHNO COMMERCIAL COMPLIANCE TABLE The Service Provider should give relevant details wherever required in the following compliance table and NOT simply fill in the answers as 'YES' or 'COMPLIED'. The Service Provider should also support the compliances by necessary documentary evidences along with the Tender document, failing which the tender will not be considered. Sr. No. 1. 2. 3. 4. 5. 6. 7. 8. Description Whether the Service Provider's company has minimum turnover of Rs. 10 lakhs per year in the field of 'providing driving Services/similar services for at least last three (03) years? Whether relevant documents, P.O. copies, service satisfaction certificates from the parties, and Income-Tax returns or Audited Financial statements of last three years with PAN or other relevant documents attached? (Refer Clause-5.0). Does the Service Provider own establishment in and around Ahmedabad/Gandhinagar? Has service provider provided all local contact information? (Refer Clause-5.1). Has the service provider enclosed various necessary documents like latest copy of Registration details, Income- Tax, PAN No., Service Tax No., solvency certificate, documentary proof of having office in Ahmedabad, etc.? (Refer Clause-5.3). Is the service provider registered with Govt. agencies and in existence for a minimum of 3 years on the date of issue of this tender and have necessary experience in relevant fields. (Attach relevant P.O. copies, documents etc.) (Refer Clause 5.3). Whether Service Provider has minimum existing DSUs at least ten (10) persons? Has Service Provider given details of all regular DSUs working in his establishment? (Refer Clause- 5.4). The Service Provider's company should not have been banned, black-listed by any Government Department/ Central Govt. Unit/Public Sector Unit/Finance Institution/Court? Kindly confirm. (Refer Clause-5.5). Does Service Provider agree to visit by SAC Officers to his premises for verification of information related to work orders/space/manpower, etc. and other infrastructure facilities claimed in technical bid? (Refer Clause-5.6). Does the Service Provider agree to all the contract management terms and conditions mentioned? (Refer Clause-6.0). Compliance status & Remarks. 12
9. 10. 11. 12. 13. 14. 15. 16. 17. 18. Has the service provider given the name of Contract Person/Contract Manager from his side for all relevant communication/interactions regarding this contract? (Refer Clause 6.1). Does the service provider agree to Insurance for providing comprehensive insurance coverage for the sum of Rs. 1.2 Lakhs per DSUs and the annual premium for such insurance coverage will be borned by service provider while servicing this contract? (Refer Clause 6.19). Does the service provider agree to Loss and damage to Government property, etc.? (Reefer Clause 6.20). Does the service provider agree, in writing, to adhere by the applicable rules/laws of the land, laid down by Government of India and Govt. of Gujarat, with respect to protection of its employees' rights and benefits like PF, wage statement and tax deductions, etc. while servicing this contract? (Refer Clause-6.21). Does the Service Provider agree to the contract period of TWO years and extend this contract for one more year or part thereof on mutual consent, depending on the need and exigencies subject to the agreed quality of DSU and other applicable same terms and conditions? (Refer Clause 8). Does the Service Provider agree to SAC payment terms and conditions as mentioned? (Refer Clause-10.0). Does the Service provider agree to Penalty clause? (Refer Clause 10.10) Does the Service Provider agree to Earnest Money Deposit (EMD) clause mentioned therein? (Refer Clause-10.11). Does the Service Provider agree to Security Deposit (SD) clause mentioned therein? (Refer Clause-10.12). Does the Service Provider agree to Arbitration clause? (Reefer Clause 11.0). 13
CHECK LIST Sr. No. Description Details 1. Name of Contractor. 2. Full Address of Office with Land line, Phone No., Fax No., Mobile No. and email address. 3. Registration of firm with Service Tax No.: 4. PAN No.: 5. Annual Return of Income Tax for last three years. 6. EMD of Rs. One lakh (Rs. 1 Lakhs) only. 7. Experience in the relevant field. 8. List of Drivers with details. Please attach documentary proof in support of above. Date : Signature of Service provider with seal Note: This check List should be filled and enclosed with PART-I, TECHNICAL AND COMMERCIAL BID. 14
ANNEXURE-II FORMAT FOR PRICE BID Sr. No. 1. 2. 3. 4. Description Minimum Wages per day for One Driving Service Unit (DSU) except weekly off in accordance of minimum wages as notified by Central Government. (at present minimum wage rate for skilled manpower is Rs. 424.00). Employer's Contribution towards EPF @ 13.61% payable on Sr. No. 1 above, per DSU per day and shall be reimbursed by SAC. Employer's Contribution towards ESI @ 4.75% payable on Sr. No. 1 above, per DSU per day and shall be reimbursed by SAC. Administrative Charges per DSU per Month. 5 Total Cost per DSU per month. (Excluding Service / Other taxes) 5. 6. Applicable Service / Other Taxes, etc Outstation duty allowance for One DSU per day. Unit Rate (Rs.) Remark Service Provider is strongly advised to refer & strictly comply with clause 10.1, 10.2, 10.15. Service Provider has to ensure Compliance as per Applicable Statutory rules/laws of land. Present rates EPF 12 % and ESI 1.75 %. Claims are to be supported with documentary evidences in respect of EPF as per clause 10.15 for Reimbursement. Claims are to be supported with documentary evidences in respect of ESI as per clause 10.15 for Reimbursement. To be Clearly Specified by the Service Provider. It should be inclusive of cost of two pairs of uniforms, etc as per clause 6.7 and Insurance as per 6.19. Summation of {(Sr. No. 1+2+3) x 26 days per month + Sr. No. 4} and to be Clearly Specified by the Service Provider. * (Provide % rate & break-up ). To be Clearly Specified by the Service Provider. (*) Please mention %age of Service Tax:. Note: 1. One Driving Service Unit (DSU) is defined as service provided by one driver for 8 working hours. 2. Above rates quoted shall be for One DSU per day basis. 3. Administrative charges will be inclusive of cost for providing Uniforms, comprehensive Insurance coverage to the DSUs and other overheads. 15
GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE PURCHASE DIVISION INSTRUCTIONS TO TENDERERS 1. Tenders should be sent in sealed envelopes super scribing the relevant tender No, and the due date of opening. Only one tender should be sent in each envelope. Unsigned bids shall be rejected. 2. Late tenders and delayed tenders will not be considered. Unsigned bids shall be rejected. 3. Tender fee & bid security (EMD) exemption for MSME. 4. Sales Tax and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the tender. 5. As a Government of India Department, this office is exempted from payment of Octroi and similar local levies. Tenderers shall ensure that necessary Exemption Certificates are obtained by them from the Purchase Officer concerned to avoid any payment of such levies. 6. a) Your quotation should be valid for at least 90 days from the date of opening of the tender. b) Prices are required to be quoted according to the units indicated in the annexed tender form. When quotations are given in terms of units other than those specified in the tender form, relationship between the two sets of units must be furnished. 7. Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR destination/delivery at site. 8. (a) All available technical literature, catalogues and other data in support of the specifications and details of the items should be furnished along with the offer. (b) Samples, if called for, should be submitted free of all charges by the tenderer and the Purchaser shall not be responsible for any loss or damage thereof due to any reason whatsoever. In the event of non-acceptance of tender, the tenderer will have to remove the samples at his own expense. (c) Approximate net and gross weight of the items offered shall be indicated in your offer. If dimensional details are available the same should also be indicated in your offer. (d) Specifications: Stores offered should strictly confirm to our specifications. Deviations, if any, should be clearly indicated by the tenderer in his quotation. The tenderer should also indicate the Make/Type number of the stores offered and provide catalogues, technical literature and samples, wherever necessary, along with the quotations. Test Certificates, wherever necessary, should be forwarded along with supplies. Wherever options have been called for in our specifications, the tenderer should address all such options. Wherever specifically mentioned by us, the tenderer could suggest changes to specifications with appropriate response for the same. 9. The Purchaser shall be under no obligation to accept the lowest or any tender and reserves the right of acceptance of the whole or any part of the tender or portions of the quantity offered and the tenderers shall supply the same at the rates quoted. SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
10. Corrections, if any, must be attested. All amounts shall be indicated both in words as well as in figures. Where there is difference between amount quoted in words and figures, amount quoted in words shall prevail. 11. The tenderer should supply along with his tender, the name of his bankers as well as the latest Income-Tax clearance certificate duly countersigned by the Income-Tax Officer of the Circle concerned under the seal of his office, if required by the Purchaser. 12. The Purchaser reserves the right to place order on the successful tenderer for additional quantity up to 25% of the quantity offered by them at the rates quoted. 13. The authority of the person signing the tender, if called for, should be produced. 14. We are exempted from the payment of Central Excise & Custom Duties vide notifications issued by Govt. of India. 15. In case, the vendors are falling under the category of MSME, registered under NSIC and would like to avail exemptions, their quotations should be accompanied with necessary registration certificate with declaration to consider their offer. Quotation received without such declaration and valid registration certificate will not be considered for exemptions under Public Procurement Policy. 16. No request for extension for due date for submission of tenders will be entertained. TERMS & CONDITIONS OF TENDER 1. DEFINITIONS: (a) The term Purchaser shall mean the President of India or his successors or assigns. (b) The term Contractor shall mean, the person, firm or company with whom or with which the order for the supply of stores is placed and shall be deemed to include the Contractor's successors, representative, heirs, executors and administrators unless excluded by the Contract. c) The term Stores shall mean what the Contractor agrees to supply under the Contract as specified in the Purchase Order including erection of plants & machinery and subsequent testing, should such a condition is included in the Purchase Order. d) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and conditions mentioned or referred to in the said communication accepting the tender or offer of the Contractor for supply of stores or plant, machinery or equipment or part thereof. 2. PRICES: Tender offering firm prices will be preferred. Where a price variation clause is insisted upon by a tenderer, quotation with a reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at the time of tendering and also the formula for any such variation/s. 3. SECURITY DEPOSIT: On acceptance of the tender, the Contractor shall, at the option of the Purchaser and within the period specified by him, deposit with him, in cash or in any other form as the Purchaser may determine, security deposit not exceeding ten percent of the value of the Contract as the Purchaser shall specify. If the Contractor is called upon by the Purchaser to deposit, Security and the Contractor fails to provide the security within the period specified, such failure shall constitute a breach of the Contract, and the Purchaser shall SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
be entitled to make other arrangements for the re-purchase of the stores Contracted at the risk of the Contractor in terms of Sub-Clause (ii) and (iii) of clause 10(b) hereof and/or to recover from the Contractor, damages arising from such cancellation. 4. GUARANTEE & REPLACEMENT: (a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down, for material, workmanship and performance. (b) For a period of twelve months after the acceptance of the stores, if any defects are discovered therein or any defects therein found to have developed under proper use, arising from faulty stores design or workmanship, the Contractor shall remedy such defects at his own cost provided he is called upon to do so within a period of 14 months from the date of acceptance thereof by the Purchaser who shall state in writing in what respect the stores or any part thereof are faulty. (c) If, in the opinion of the Purchaser, it becomes necessary to replace or renew any defective stores such replacement or renewal shall be made by the Contractor free of all costs to the Purchaser, provided the notice informing the Contractor of the defect is given by the Purchaser in this regard within the said period of 14 months from the date of acceptance thereof. (d) Should the Contractor fail to rectify the defects, the Purchaser shall have the right to reject or repair or replace at the cost of the Contractor the whole or any portion of the defective stores. (e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection thereof on behalf of the Purchaser, as to whether or not the stores supplied by the Contractor are defective or any defect has developed within the said period of 12 months or as to whether the nature of the defects requires renewal or replacement, shall be final, conclusive and binding on the Contractor. (f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above, the Contractor shall, at the option of the Purchaser, furnish a Bank Guarantee (as prescribed by the Purchaser) from a Bank approved by the Purchaser for an amount equivalent to 10% of the value of the Contract along with first shipment documents. On the performance and completion of the Contract in all respects, the Bank Guarantee will be returned to the Contractor without any interest. (g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival of the stores at Purchaser's site. (h) Even while the 12 months guarantee applies to all stores, in case where a greater period is called for by our specifications then such a specification shall apply in such cases the period of 14 months referred to in para 4 (b) & (c) shall be the asked for guarantee period plus two months. 5. PACKING FORWARDING & INSURANCE: The Contractor will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or air to withstand transit hazards and ensure safe arrival at the destination. The packing and marking of packages shall be done by and at the expense of the Contractor. The Purchaser will not pay separately for transit insurance, all risks in transit being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually received in good condition in accordance with the Contract. SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
6. DESPATCH: The Contractor is responsible for obtaining a clear receipt from the Transport Authorities specifying the goods despatched. The consignment should be despatched with clear Railway Receipt/Lorry Receipt. If sent in any other mode, it shall be at the risk of the Contractor. Purchaser will take no responsibility for short deliveries or wrong supply of goods when the same are booked on 'said to contain' basis. Purchaser shall pay for only such stores as are actually received by them in accordance with the Contract. 7. TEST CERTIFICATE: Wherever required, test certificates should be sent along with the despatch documents. 8. ACCEPTANCE OF STORES: (a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by the Purchaser at the Contractor's own risk, expense and cost. (b) It is expressly agreed that the acceptance of the stores Contracted for, is subject to final approval by the Purchaser, whose decision shall be final. (c) If, in the opinion of the Purchaser, all or any of the stores do not meet the performance or quality requirements specified in the Purchase Order, they may be either rejected or accepted at a price to be fixed by the Purchaser and his decision as to rejection and the prices to be fixed shall be final and binding on the Contractor. (d) If the whole or any parts of the stores supplied are rejected in accordance with Clause No. 8 (c) above, the Purchaser shall be at liberty, with or without notice to the Contractor, to purchase in the open market at the expense of the Contractor stores meeting the necessary performance and quality Contracted for in place of those rejected, provided that either the purchase, or the agreement to purchase, from another supplier is made within six months from the date of rejection of the stores as aforesaid. 9. REJECTED STORES: Rejected stores will remain at destination at the Contractor's risk and responsibility. If instructions for their disposal are not received from the Contractor within a period of 14 days from the date of receipt of the advice of rejection, the Purchaser or his representative has, at his discretion, the right to scrap or sell or consign the rejected stores to Contractor's address at the Contractor's entire risk and expense, freight being payable by the Contractor at actuals. 10. DELIVERY: (a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed to be the essence of the Contract and delivery must be completed on or before the specified dates. (b) Should the Contractor fail to deliver the stores or any consignment thereof within the period prescribed for such delivery, the Purchaser shall be entitled at his option either: (i) to recover from the Contractor as agreed liquidated damages and not by way of penalty, a sum of 0.5% per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during which the delivery of such store may be in arrears subject to a minimum of 10%, or (II) to purchase from elsewhere, without notice to the Contractor on the account and at the risk of the Contractor, the stores not delivered or others of a similar SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
description (where others exactly complying with the particulars, are not, in the opinion of the Purchaser, readily procurable, such opinion being final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery, or (iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of stores not so delivered or others of a similar description (where others exactly if complying with the particulars are not, in the opinion of the Purchaser, readily procurable, such opinion final) at the risk and cost of the Contractor. In the event of action being taken under sub-clause (ii) & (iii) of clause 10 (b) above, the Contractor shall be liable for any loss which the Purchaser may sustain on that account, provided that the re-purchase or if there is an agreement to repurchase then such agreement is made within six months from the date of such failure. But the Contractor shall not be entitled to any gain on such repurchase made against default. The manner and method of such re-purchase shall be at the discretion of the Purchaser, whose decision shall be final. It shall not be necessary for the Purchaser to serve a notice of such re-purchase on the defaulting Contractor. This right shall be without prejudice to the right of the Purchaser to recover damages for breach of Contract by the Contractor. 11. EXTENSION OF TIME: As soon as it is apparent that the Contract dates cannot be adhered to, an application shall be sent by the Contractor to the Purchaser. If failure, on the part of the Contractor, to deliver the stores in proper time shall have arisen from any cause which the Purchaser may admit as reasonable ground for an extension of the time (and his decision shall be final) he may allow such additional time as he considers it to be justified by circumstances, of the case without prejudice to the Purchaser's right to recover liquidated damages under clause 10 thereof. 12. ERECTION OF PLANT & MACHINERY: Wherever erection of a plant or machinery is the responsibility of the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection as and when called upon to do so within the period specified by the Purchaser, the Purchaser shall have the right to get the erection done through any source of his choice. In such an event, the Contractor shall be liable to bear any additional expenditure that the Purchaser is liable to incur towards erection. The Contractor shall, however, not be entitled to any gain due to such an action by the Purchaser. 13. PAYMENT: Contractor's bill will be passed for payment only after the stores have been received, inspected and accepted by the Purchaser. 14. MODE OF PAYMENT: Normally payment will be made for the accepted stores within 30 days from the date of receipt of the materials. 15. RECOVERY OF SUM DUE: Whenever any claim for the payment of, whether liquidated or not, money arising out of or under this Contract against the Contractor, the Purchaser shall be entitled to recover such sum by appropriating in part or whole, the security deposited by the Contractor, if a security is taken against the Contract. In the event of the security being insufficient or if SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
no security has been taken from the Contractor, then the balance or the total sum recoverable as the case may be, shall be deducted from any sum then due or which at any time thereafter may become due to the Contractor under this or any other Contract with the Purchaser. Should this sum be not sufficient to cover the full amount recoverable, the Contractor shall pay to the Purchaser on demand the remaining balance due. Similarly, if the Purchaser has or makes any claim, whether liquidated or not, against the Contractor under any other Contract with the Purchaser, the payment of all moneys payable under the Contract to the Contractor including the security deposit shall be withheld till such claims of the Purchaser are finally adjudicated upon and paid by the Contractor. 16. INDEMNITY: The Contractor shall warrant and be deemed to have warranted that all stores supplied against this Contract are free and clean of infringement of any Patent, Copyright or Trademark, and shall at all times indemnify the Purchaser against all claims which may be made in respect of the stores for infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk of accidents or damage which may cause a failure of the supply from whatever cause arising and the entire responsibility for sufficiency of all means used by him for the fulfilment of the contact. 17. ARBITRATION: In the event of any question, dispute or difference arising under these conditions or any conditions contained in the Purchase Order or in connection with this Contract (except as to any matter the decision of which is specially provided for by these conditions), the same shall be referred to the sole arbitration of the Head of the Purchase office or some other person appointed by him. It will be no objection that the arbitrator is a Government servant that he had to deal with matter to which the Contract relates or that in the course of his duties as Government servant he has expressed views on all or any other matters in dispute or difference. The award of the arbitrator shall be final and binding on the parties of this Contract. If the arbitrator be the Head of the Centre/Unit (i) In the event of his being transferred or vacating his office by resignation or otherwise, it shall be lawful for his successor-in-office either to proceed with reference himself, or to appoint another person as arbitrator, or (ii) In the event of his being unwilling or unable to act for any reason, it shall be lawful for the Head of the Centre/Unit to appoint another person as arbitrator. If the arbitrator be a person appointed by the Head of the Purchase Office In the event of his dying, neglecting or refusing to act or resigning or being unable to act, for any reason, it shall be lawful for the Head of the Centre/Unit either to proceed with the reference himself or appoint another person as arbitrator in place of the outgoing arbitrator. Subject as aforesaid the Arbitration & Conciliation Act 1996 and the rules thereunder and any statutory modifications thereof for the time being in force shall be deemed to apply to the arbitration proceedings under this Clause. The Arbitrator shall have the power to extend with the consent of the Purchaser and the Contractor the time for making and publishing the award. The venue of arbitration shall be the place as Purchaser in his absolute discretion may determine. Work under the Contract shall, if reasonably possible, continue during arbitration proceedings. In the event of any dispute or SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
difference relating to the interpretation and application for the provisions of the Contracts, such dispute or difference shall be referred by either party to Arbitration of one of the Arbitrations in the Department of Public Enterprises. The Arbitration Act 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute provided however any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs. Ministry of Law & Justice, Government of India. The parties to the dispute will share equally, the cost of arbitration as intimated by Arbitrator. 18. COUNTER TERMS AND CONDITION OF SUPPLIERS: Where counter terms and conditions printed or cyclostyled conditions have been offered by the supplier, the same shall not be deemed to have been accepted by the Purchaser, unless specific written acceptance thereof is obtained. 19. SECURITY FOR PURCHASE OF MATERIALS: Successful tenderer will have to furnish in the form of a bank guarantee or any other form as called for by the Purchaser towards adequate security for the materials and properties provided by the Purchaser for the due execution of the Contract. **** SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
Instructions for Two Part Tender We are proposing to invite tenders in two parts viz. Part I : Technical and Commercial Part II: Price All tenderers are requested to carefully follow the following instructions before preparing their offer. 1) Part I: Technical & Commercial Bid Part (a) Technical 1. This part should contain detailed specifications of the items quoted by you along with technical literature and leaflets if any. 2. A compliance statement showing the compliance of the item quoted by you with that of item tendered by us should be prepared and enclosed to this. 3. Any other information called for in the tender related technical and specifications can also come in this part. 4. Prices should not be indicated in this cover. Part (b) Commercial Terms: (Without Prices) 1. The commercial terms applicable for the item quoted by you should be indicated in this part. 2. If any compliance statement is called for the commercial terms / contractual terms and conditions, the same is to be attached in this part. 3. Prices should not be indicated in this part. However a copy of the price bid (without prices) can be enclosed in this part to enable to understand whether all the items required to be quoted by you have been quoted in the price bid. Alternatively a statement is to be made indicating that you have quoted prices for all the items as per the tender and enclosed in the Price Bid as per the format. 4. The Commercial terms such as delivery terms, delivery period, payment terms, Warranty, validity of the offer, installation & commissioning, duties and taxes etc., shall come into this. Notes: 1. Either Technical Specifications or terms & conditions as above should be very clearly reflected item-wise with reference to the items called for in the tender. 2. Please note that the PRICE SHOULD NOT BE indicated in this part. 3. Technical and Commercial part as described above shall be prepared and put it in a sealed cover & super scribed and addressed as follows: Tender No. : Due Date : PART I : Technical & Commercial Bid From: The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015
2) Part II: Price Bid 1. The prices applicable for the items, item-wise in response to the tender shall come into this part. 2. Tenderer shall indicate very clearly item-wise prices with reference to their technical offer. 3. Price part prepared as above shall be enveloped and superscribed as follows: Tender No. : Due Date : PART II : Price Bid From : The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015 3) The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as above along with Tender fee cover (if applicable) should be inserted in another envelope and superscribed as follows: Tender No. : Due Date : Part I & Part II are individually sealed and kept inside: (DD towards tender fee also is kept inside) From: The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015 Important Notes: 1. Being a Two-Part Tender, fax/mail quotations will not be accepted. Please ensure your offers are received by post before due date and time. 2. In case you are going to download the documents from our website and submitting the offer, you are requested to submit the demand draft towards Tender fee in a separate cover along with a covering letter duly superscribing on the cover Tender fee in respect of Tender No.. 3. Quotations submitted contrary to above instructions are liable to be rejected.
भ रत सरक र अ त रक वभ ग अ त रक उपय ग क (इसर ) आ ब व ड वस त र प.ओ. अहमद ब द 380 015 (भ रत) द रभ ष +91-79-2691 3051/98 फ क न. : +91-79-2691 5835/02/48 Government of India Department of Space SPACE APPLICATIONS CENTRE (ISRO) Ambawadi Vistar P.O. Ahmedabad 380 015 (INDIA) Telephone : +91-79 2691 3051/98 Fax No. : +91-79 2691 5835 / 02 /48 Email: publictender@sac.isro.gov.in न वद स चन स. स क / प ट / 08 / 2015-16 Tender Notice No.SAC/ PT / 08 / 2015-16 नयत त थ.स. S.N न वद न. Tender No. स क ववरण Brief Description 2B(अपर 3 बज तक) 3BDue on (up to 3 pm) 2. AHMG 201500062801 Technical Services Units for Mechanical Machining (Two Part Tender) 30-09-2015
M/s 000000 GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE AHMEDABAD 380 015, INDIA PURCHASE & STORES INVITATION TO TENDER Our Ref No : AHMG Ph No: Fax 079-2691 3067 079-2691 5848/02/35 Date :03/09/2015 2015-000628-01 Tender Due: 15:00 Hrs ISTon 30/09/2015 Dear Sirs, Please submit your sealed quotation, in the Tender Form enclosed here along with the descriptive catalogues / pamphlets /literature,superscribed with Our Ref.No. and Due Date for the supply of the following items as per the terms & conditions mentioned in Annexure( Form No: As per attachments. ) S.No. Description of Items with Specifications Unit Quantity 1 Technical Services Units for CNC Milling/CNC Sink EDM/CNC Wire EDM Work TCMU for CNC Machining at SAC Workshops for One Year 2 Technical Services Units for Conventional Milling/Conventional Turning Work TMU for Conventional Machining at SAC Workshops for One Year each 48 each 84 DELIVERY AT: MODE OF DESPATCH DUTY EXEMPTIONS SAC ON SITE We are exempted from Payment of Excise Duty/Custom Duty. SPECIAL INSTRUCTIONS NIL SPECIFIC TERMS As per attachments. INSTRUCTIONS TO TENDERERS: 1. Please note that this is TWO PART tender. 2. Submit your offer as per attached instructions only. 3. Fax / E-mail quotations will not be accepted. 4.Please submit your offer along with tender fee Rs. 545.00 (In the form of Demand Draft) in favour of Accounts Officer, SAC. Please refer clause no. 3 of "Instructions Tenderers" for more details. RAMNIKLAL M PARGI PUR & STORES OFFICER For and on behalf of the President of India The Purchaser
REQUEST FOR PROPOSAL (RFP) FOR PROVIDING TECHNICAL SERVICES RELATED TO MECHANICAL MACHINING AT SAC SPACE APPLICATIONS CENTRE INDIAN SPACE RESEARCH ORGANISATION AHMEDABAD - 380 015.
AHMG 2015 00062801 Abbreviations Used in this Document 1. SAC: Space Applications Centre 2. ISRO: Indian Space Research Organization 3. PMF: Precision Machining Facility 4. MSFG: Mechanical Support Facility Group 5. RFP: Request for Proposal 6. SP: Service Provider 7. TCMU: Technical (ITI) CNC Machining service Unit 8. TMU: Technical (ITI) conventional Machining service Unit 9. CNC: Computerized and Numerically Controlled 10. EDM: Electrical Discharge Machining Page 2 of 12
AHMG 2015 00062801 01.00.00 INTRODUCTION: The aim of this RFP is to have a Technical Services Work Contract, wherein the Service Provider will contribute towards the CNC Machining and Conventional Machining of mechanical hardware of various payload and ground systems for different projects or groups of Space Applications Centre, SAC (ISRO), Ahmedabad. Under this Technical Services Contract, continuous interactions with MSFG/SAC Engineers / Technical Personnel is required for CNC Machining and Conventional Machining work, and the work is required to be carried out in the MSFG/SAC premises. Hence, the Service Provider's Personnel will be required to work within MSFG/SAC premises in Ahmedabad. In addition to providing all details as per this RFP, the Service Providers are mandatorily required to fill up the compliance table given as Annexure I (Techno-Commercial Aspects). Any offer, which does not include the compliance table, is liable to be rejected. The Offers containing false information will be summarily rejected. Quotations are invited in sealed covers in two parts bid basis i.e. Techno-commercial and price bid from experienced Service Providers who can provide efficient and effective Technical Services of highest standards. It is mandatory that the Service Provider will submit his Technocommercial terms (Annexure-I) and pricing related information (Annexure-II) in the attached table format only. 02.00.00 SCOPE OF WORK: The scope of this RFP is restricted only to outsourcing / hiring of Technical Services Units Technical (ITI) CNC Machining services Units (TCMUs) and Technical (ITI) conventional Machining services Units (TMUs) for CNC Machining (Milling, Sink EDM and Wire EDM) and Conventional Machining (Milling and Turning) of Mechanical Hardware of Ground and Flight Model requirements for various projects of the Space Applications Centre. 02.01.00 The following definitions apply for these Technical Services: 02.01.01 Service Provider (SP): The Vendor or Contractor selected to provide Technical Services. 02.01.02 TCMU Personnel: A technical Services Unit Person who has to provide Services, as per point 02.03.00, in PMF at SAC. 02.01.03 TMU Personnel: A technical Services Unit Person who has to provide Services, as per point 02.04.00, in PMF at SAC. 02.01.04 TCMU: One Technical Services Unit of TCMU is defined as work to be performed by an experienced TCMU Person for one calendar month as per point 02.03.00. 02.01.05 TMU: One Technical Services Unit of TMU is defined as work to be performed by an experienced TMU Person for one calendar month as per point 02.04.00. 02.01.06 TCMU and TMU working hours: These are the working hours for which, the said TCMU and TMU personnel will be required to work during normal SAC Office hours or any shift hours. The calendar month will be Normal working days of the Space Applications Centre (ISRO) in a particular month. Whenever required and instructed by concerned engineers, TCMU/TMU personnel has to work on Saturdays, Sundays and Holidays. They may also be required to work before or after office hours. Page 3 of 12
AHMG 2015 00062801 02.02.00 Technical Services: 02.02.01 TCMU Services for CNC Machining 02.02.02 TMU Services for Conventional Machining Following are the details of technical services required to be provided for above mentioned services. 02.03.00 TCMU Services: It will mainly comprise of the following technical services, to be provided by suitable, qualified and trained TCMU personnel of the Service Provider, in consultation with SAC-In-Charge: 02.03.01 Machining of jobs from different materials as per the drawings on CNC milling, CNC EDM and CNC Wire EDM machines independently. 02.03.02 Preparing CNC Part Programs for jobs on the CNC machines having Siemens, Fanuc, Dialog-3, Dialog-4, Dialog-11, HASS, Heidenhein, ONA controllers. 02.03.03 Program transfer from PC to machine and vice versa via RS-232 / Ethernet interface. 02.03.04 Operating CNC milling / EDM / Wire EDM machines. 02.03.05 Deciding cutting tool to be used for machining. 02.03.06 Loading and unloading of the job and fixtures on the machine. 02.03.07 Clamping the job on the machine using suitable fixture / accessories. 02.03.08 Lubricating and cleaning the machine. 02.03.09 Measurement of jobs during and after machining using suitable measuring instruments. 02.03.10 De-burring and cleaning of the job after machining. 02.03.11 Carrying out mathematical calculations using basic mathematics and trigonometry for finding coordinates or taper angle. 02.03.12 Any other work as per instructions from SAC engineer. 02.04.00 TMU Services: It will mainly comprise of the following technical services, to be provided by suitable, qualified and trained TMU personnel of the Service Provider, in consultation with SAC-In-Charge, in the following areas: 02.04.01 Machining of jobs from different materials as per the drawings on milling and lathe machines independently. 02.04.02 Deciding cutting tool to be used for machining. 02.04.03 Loading and unloading of the job and fixtures on the machine. 02.04.04 Clamping the job on the machine using suitable fixture / accessories. 02.04.05 Lubricating and cleaning the machine. 02.04.06 Measurement of jobs during and after machining using suitable measuring instruments. 02.04.07 De-burring and cleaning of the job after machining. 02.04.08 Carrying out mathematical calculations using basic mathematics and trigonometry for finding coordinates or taper angle. 02.04.09 Any other work as per instructions from SAC engineer. Page 4 of 12
AHMG 2015 00062801 02.05.00 Service Provider has to ensure that the TCMU and TMU services being provided are efficient and without any breaks/disruption. Also the Service Provider should take care of the function of relieving the absentees and other relevant or associated tasks for executing the contract in its totality. 02.06.00 Service Provider will be required to provide consolidated reports on these services to SAC-In- Charge or SAC nominated officer from time to time. 02.07.00 QUALIFICATIONS & EXPERIENCE OF TCMU AND TMU PERSONNEL: TCMU and TMU Personnel should have following essential and desirable qualifications, experience and knowledge: 02.08.00 Essential Minimum Qualifications: 02.08.01 I.T.I. with Machinist / Turner Trade from recognized institutes with a minimum of 60% marks and minimum Two Years experience in relevant field. 02.09.00 Essential Experience and Knowledge: 02.09.01 TCMU Personnel for CNC Wire / Sink EDM Machine: He should be capable of using all the features of Esprit CAM software right from generating geometry, deciding machining strategy, generating CNC part program and transfer the same to the machine using RS-232/ethernet interface. He should also be capable of making CNC part programs directly on the machine and operate the machine independently. 02.09.02 TCMU Personnel for CNC Machining (Milling) Centre: He should be capable of transfer of the part programs generated on CAM software to the machines using RS-232/ethernet interface, selecting appropriate tools and using machining strategy correlated to the part programs, clamping jobs etc. They should also be capable of making CNC part programs directly on the machines and operate the machines independently. 02.09.03 TCMU Personnel should have first-hand experience of preparing part programs and operating CNC machines having Siemens / Heidenhein controller. 02.09.04 Experience of machining high precision jobs. 02.09.05 Exposure to extensive use of measuring instruments like vernier caliper, micrometers, bore gauge, slip gauges etc. 02.09.06 Knowledge of basic mathematics and trigonometry. 02.09.07 Through knowledge of engineering drawings, limit, fit, tolerances, surface finish etc. 02.09.08 Knowledge of different cutting tool materials, tool geometry and machining parameters. 02.09.09 First three points above applies to TCMU only. Rest of the points are applicable for TCMU as well as TMU. Persons deployed as TCMU are required to work on very sophisticated and costly CNC machines and hence, should be highly competent, knowledgeable and highly skilled. All above requirements are mandatory and strictly to be complied with. 02.10.00 Desirable experience and knowledge: 02.10.01 Knowledge of English and good communication skills is preferable. 02.10.02 Persons with more years of relevant experience of Machining work. 02.10.03 Basic proficiency in working with Computer Page 5 of 12
AHMG 2015 00062801 02.11.00 Selection Procedure of TCMU AND TMU personnel: Strict selection procedure will be followed in order to ensure the quality of service Personnel. Initial screening and short listing process, using procedures like written tests, etc. will be carried out by Service Provider. SAC reserves the right to set question papers, evaluate the answer sheets if required for this process. Personal interview of screened-in and short listed TCMU and TMU personnel will be arranged by Service provider (SP) in consultation with SAC-In-Charge or SAC nominated officer. SAC decision for selecting the TCMU and TMU personnel will be final and binding to Service Provider (SP) in all respect and cannot be challenged. 03.00.00 TOTAL TCMU AND TMU SERVICES WORKLOAD 03.01.00 Definition of One Unit of Service Workload: Services of one TCMU / TMU on all working days in a calendar month during normal working hours of SAC or equal to same time during a day at any shift time. Currently, SAC Office working hours is 09:00 hrs to 17:30 hrs. with 30 minutes Lunch break. However, whenever needed, TCMU /TMU persons are required to work on Saturday, Sunday, Holidays and before and after office hours also. 03.02.00 Total expected workload for 01 year is as mentioned below. TCMU: 48 TCMU. TMU: 84 TMU. However, there is no guarantee for the deployment of these above mentioned units on continuous basis. SAC reserves the right to increase or decrease TCMU/TMU workload based on actual requirement. 03.03.00 For accounting purpose, one TCMU/TMU is equal to work performed by one TCMU/TMU person in one calendar month when deployed at SAC. For this purpose, calendar month will be considered based on SAC working days of respective month. Though TCMU and TMU Personnel may be required to work on Saturday, Sunday and Holidays also as and when required and for that no extra payments will be made. 03.04.00 In case of casual absence, in particular month for 01 day or more of any contract service (TCMU/TMU), payment will be made on pro rata basis. For this purpose, calendar month will be considered based on SAC working days. 03.05.00 TCMU may be required to work as TMU as and when required. 03.06.00 SAC reserves the right to spilt Service Contracts with two Service Provider s under this RFP and on basis of lowest technically suitable offer. 04.00.00 SELECTION CRITERIA FOR TCMU/TMU SERVICE PROVIDERS 04.01.00 Under this TCMU/TMU Services Contract, the Service Provider will be providing TCMU and TMU Services at SAC. For the Services, SAC will provide necessary in-house technical and facility support. Service Provider's TCMUs and TMUs Personnel will be required to provide their services within SAC premises. To meet the above-mentioned requirements and mode of working envisaged, the Service Provider shall meet the following minimum requirements in order to technically qualify: 04.02.00 Service Provider must be a reputed engineering company registered with government agencies and in existence for a minimum of 3 years on the date of issue of this tender, with necessary technical facilities and experience in providing such Technical Services (Attach relevant P.O. copies, documents etc.). It should not be a consortium of firms / companies or placement agency. 04.03.00 Service Provider s Own Establishment & Office must be located in Ahmedabad or within 50 kms. radius of Ahmedabad. Service Provider should provide all local contact information like address, landline phone, fax, mobile numbers, website and email etc. 04.04.00 Service Provider should have the following minimum requirements: Page 6 of 12
AHMG 2015 00062801 04.04.01 Average annual turnover of Rs. 10 Lakhs during last three years (I-Tax returns, Audited Financial statements of last three years with PAN and such other relevant documents required as proof, to be enclosed). 04.04.02 Experience in the field of Technical Services / Products preferably for at least Two (02) years with valid license. 04.04.03 Relevant documents, P.O. copies, service satisfaction certificates, etc. should be enclosed with their offer document. 04.05.00 Service Provider must have a Minimum existing technical Staff (Engineers/Technical) of at least Ten (10) persons at his establishment. Service Provider has to provide the list of regular technical employees with their qualifications, experience, etc. along with the technical proposal. The list of regular employees available with Service Provider for similar Contracts has to be clearly listed separately. 04.06.00 Service Provider should enclose the following documents along with techno-commercial bids for consideration. 04.06.01 Latest Copy of Registration of the firm of the contractor from concerned authorities indicating Registration No., date and its validity. 04.06.02 Income-Tax, PAN No. and Service Tax No. 04.06.03 Solvency Certificate from a Scheduled bank for Rs. 10 lakhs 04.06.04 Documentary proof of having office in Ahmedabad or within 50 kms radius of Ahmedabad with infrastructure. 04.07.00 Service Provider should attach Certification from reputed user agencies, ISO/High-level quality service certification in the relevant area, if available. 04.08.00 Service Provider s Company/firm should not have been banned or black-listed by any Government Department / Central Government Unit / Public Sector Unit / Financial Institutions / Court and submit a declaration in this regard. 04.09.00 If required, SAC Officers may visit the Service Provider s premises for verification of information related to work orders/space/manpower, etc. and other infrastructure facilities claimed. The techno-commercial bid of Service Provider, who is not able to substantiate/satisfy the technical requirements laid down in this RFP, is liable to be rejected. 05.00.00 SAC reserves the right to accept or reject any offer fully or partly without assigning any reasons, if the rates quoted are not rationale and viable. SAC also reserves the right to enter into parallel contracts with one or more service providers, if required, under this RFP. 06.00.00 CONTRACT MANAGEMENT 06.01.00 Responsibilities of SAC In-Charge 06.01.01 SAC Contract In-Charge will be the overall coordinator and supervisor. 06.01.02 TCMUs and TMUs deployed will work as per the instructions / guidance from SAC Engineers on day-to-day basis. 06.01.03 A log sheet is to be maintained wherein TCMUs and TMUs will record their services start time and end time with their signatures on daily basis and concerned SAC engineer will certify the same on daily basis. 06.02.00 Responsibilities of the Service Provider 06.02.01 Service Provider will submit the list of short listed candidates (TCMUs and TMUs) to be deployed along with their bio-data and other personal details like residential address, contact phone/mobile Nos., etc. Page 7 of 12
AHMG 2015 00062801 06.02.02 The Service Provider will deploy the TCMU and TMU Personnel from the list of selected Engineering service persons (TCMUs and TMUs) only, which is approved by SAC. 06.02.03 Service Provider will ensure that all the TCMU and TMU Personnel deployed in SAC are bona fide employees of the Service Provider having valid Vendor s Identification Card with a photograph. The Service Provider cannot subcontract this work to any other entity or agency. 06.02.04 Service Provider is required to obtain the Police Verification of the deployed TCMU and TMU Person at his own expenses and submit the same to SAC authorities. Service provider has to ensure that TCMUs and TMUs should be Indian National only. 06.02.05 Service Provider will deploy the TCMUs and TMUs to carry out the work within 15 days of the award of contract after fulfilling other terms and conditions like police verification, etc. 06.02.06 Service Provider will maintain a register for the work carried out by the Service Provider's personnel in terms of Technical Service units (TCMUs and TMUs) for each completed month. 06.02.07 Service Provider must employ TCMUs and TMUs in sufficient numbers to take care of the workload during the period of contract as defined under section 03.00.00 of this RFP. 06.02.08 Service Provider will ensure that the TCMU and TMU Personnel deployed by him at SAC are available for the work for the total duration of the contract and frequent changes of the personnel is to be avoided. 06.02.09 There should not be any break in TCMU and TMU Services provided due to absence of any contract person for a prolonged period i.e 07 working days without intimation. The Service Provider has to ensure suitable replacement at the earliest but within 07 days. 06.02.10 In case of any TCMU and TMU Person found unfit or unsuitable for the work assigned, during the tenure of the contract, Service Provider is required to replace immediately or within 7 days from the day of identification of above said deficiencies. 06.02.11 Service Provider shall be responsible for the good conduct of the personnel employed by him. The Service Provider will be responsible for and liable to pay compensation for any damage or loss to the property of SAC as a result of negligence / carelessness of any of his employees. This amount shall be recovered from the payment due to the Service Provider. 06.02.12 SAC will not be responsible for any contingency arising out of the deployment of the Service Provider s personnel in SAC premises. The Service Provider will be responsible for the safety of the deployed TCMU and TMU Personnel. SAC shall not be responsible for any accident/injury/loss of life of Service Provider s TCMU and TMU Personnel due to natural calamities, accidents, etc. The Service Provider shall submit an Indemnity Bond, indemnifying SAC/ISRO from any claims that may be filed by the staff deployed by them, against accidents/loss/injury that may arise during their presence at SAC premises. The Service Provider is responsible for providing Personal Protective Equipment like Safety Shoes and Safety goggles etc. necessary for safety of their deployed TCMU and TMU. 06.02.13 Service provider shall make his own arrangements for conveyance and other logistics requirement for TCMU and TMU Personnel. 06.02.14 Service Provider and his employees shall abide by the security guidelines and rules followed in SAC from time to time. Whenever the Service Provider or his employees have to enter SAC, they should carry entry passes, issued by SAC; and identity card provided by the service provider; and should produce the same as and when demanded. Their movement shall be restricted to only those places / Offices / laboratories where they are authorized to enter and work. 06.02.15 Service Provider will be required to adhere by the law of the land, in writing, with respect to protection of employees rights and benefits while servicing this Contract. Page 8 of 12
AHMG 2015 00062801 06.02.16 Service Provider will also be required to adhere by the applicable statutory rules and laws of the land, laid down by Government of India and Government of Gujarat regarding the wages, benefits and rights for these TCMU and TMU Personnel like PF/ESI etc. 06.02.17 Technical Service personnel are required to work for entire duration of the month including Saturdays, Sunday and Holidays, if called by respective in-charge. They are required to work in shifts on need basis and after office hours as well. These will be considered as a part of regular duties under contract and no extra payment will be made for the same. Not reporting for work will be considered as absence and further action may be taken. 07.00.00 GENERAL TERMS AND CONDITIONS 07.01.00 As regards the security of handling of material/equipment and sensitive data/ records at the work locations, the arrangement will be worked out by SAC Contract-In-Charge. The TCMU and TMU Personnel of Service Provider will strictly follow the procedures so worked out. 07.02.00 SAC reserves right to disqualify any of the Service Provider's TCMU and TMU Personnel deployed for various reasons like technical incompetence, indiscipline, irregularity, insincerity, disobedience, doubtful credentials / integrity, etc. 07.03.00 INTELLECTUAL PROPERTY RIGHTS (IPR): Work carried out by the Service Provider through his personnel will remain the sole property of SAC. Neither the Service Provider nor his personnel, carrying out the development work will claim any intellectual property rights on such works. The Intellectual property rights relating to the design, development processes and other fabrication details given to and received from the Service Provider selected shall remain the exclusive property of SAC. Service Provider or Personnel deputed by the Service Provider at SAC shall make no attempt to unlawfully reveal, misuse or encroach upon the intellectual or private data/ information/ Computer systems at SAC to which they may have access to, as part of the work carried out during and after the period of contract. 07.04.00 CONFIDENTIALITY AGREEMENT: Service Provider and Personnel deputed by the Service Provider shall not reveal, divulge, transfer or disclose the information relating to the design, processes, fabrication procedures, product, quality control methods, etc. that are exclusively provided by SAC for its (SAC s) own requirements, to any third party. Service Provider shall not, without prior written consent from SAC, use such information for any purpose other than for fulfilling obligations under the Contract to be placed. Service Provider and Personnel deputed by the Service Provider undertakes to restrict the access of non-service Provider personnel and other customers/ visitors to their establishment, to any of the details of the job being performed under this Contract. 07.05.00 NON-DISCLOSURE AGREEMENT (NDA): Service Provider and Personnel deputed by the Service Provider shall maintain absolute secrecy and security of the circuit schematics, drawings, process methods / documentation, etc. provided by SAC for the purpose of design, fabrication and testing or stored on various computing systems at SAC. Service Provider shall return the original and copies of the same to SAC after completion of the work. The technical information / papers / drawings to be provided by SAC from time to time, are for the execution of this Contract only; and should not be used / copied / reproduced / published in any form or disclosed to third party, by the Service Provider or his personnel. Thus, the Service Provider is required to sign a Non-Disclosure Agreement (NDA) with SAC. Service Provider will also be responsible for any violation or infringement of NDA by his personnel. 07.06.00 FALL CLAUSE: The rates charged by the Service Provider for the TCMU and TMU work, shall in no event exceed the lowest rates charged for the services of identical description, to any other party during the validity of the agreed rates. If, at any time during said period, the Service Provider reduces the rates for the work to any other party, he shall forthwith notify such reduction of rates applicable to SAC and the rates payable under this contract for the services shall stand correspondingly reduced. Page 9 of 12
AHMG 2015 00062801 07.07.00 Under no circumstances shall the TCMU and TMU Personnel deployed by Service Provider claim any right of employment, regular or otherwise, at SAC or ISRO/DOS and related establishments, during and after the end of the contract period. The scope of this Contract is restricted only to outsourcing of TCMU and TMU services. 07.08.00 All other standard commercial terms and conditions of SAC/ISRO, Government of India for a tender of similar nature, shall also be applicable. 08.00.00 ARBITRATION IN CASE OF DIFFERENCES OF OPINION: Any difference of opinions or disputes that arise during the execution of contract will be mutually discussed and settled between SAC Contract-In-Charge and Service Provider. Any dispute that remains unresolved thereafter will be referred to a one man Arbitrator, appointed by Director, SAC, Ahmedabad in accordance with Arbitration & Conciliation Act 1996 as amended, whose decision shall be final and binding on both the parties. 09.00.00 DURATION OF CONTRACT 09.01.00 Period of the Contract will be for One (01) year. However, on satisfactory performance, the Contract may be extended under same terms and conditions for further period of 01 year or part thereof on mutual consent. 09.02.00 The performance of TCMU and TMU Services will be reviewed for initial three months. Depending upon the performance assessment, TCMU and TMU contract will be continued or terminated for the remaining period. 10.00.00 MONITORING AND TERMINATION OF CONTRACT 10.01.00 SAC Contract-In-charge and SAC management shall carry out periodic reviews of the progress of the work at various stages during the contract duration. The Service Provider is required to provide all necessary information on this matter, as and when solicited by SAC. 10.02.00 SAC reserves the right to terminate the Contract or reduce the scope and number of deployed TCMUs any time within the Contract duration at short notice, if the Service Provider fails to provide satisfactory quality TCMU and TMU Services or fails to comply with any of the clauses mentioned above and laid down in the contract. 10.03.00 SAC reserves the right to enter in to contract, with one or more TCMU and TMU Service Providers, at any time during the period of this contract. 10.04.00 If SAC discovers during the period of contract, contractor not adhering to laws of land, contract will be short closed without assigning any reason or notice period. 11.00.00 PAYMENT TERMS AND CONDITIONS 11.01.00 Work / Services entrusted for the day shall be completed and logged by the TCMUs and TMUs in the work register on daily basis. On completion of the work, the signature of the concerned In- Charge shall be obtained in the work register itself on daily basis. The Service Provider will submit consolidated bills for the satisfactory service of the work completed on a Monthly Basis in terms of total gross TCMU and TMU Rate, along with the attendance certificates. 11.02.00 Payment with respect to the contract, against the consolidated bills submitted, will be made for each month, based on the extent of TCMU and TMU work satisfactorily carried out and the Job Completion Certificates/Voucher (JCV) issued by the respective Project-In-Charges for having satisfactorily carried out the assigned TCMU and TMU works. Individual JCVs for each TCMU and TMU will be collected by the Service provider and a single consolidated bill should be submitted to SAC Accounts. 11.03.00 Bills submitted by service providers should be supported with documentary evidences in respect of statutory payments made by him to respective authorities towards PF, ESI, salary, etc. while servicing this contract for each service units, which will be verified before release of payments. Page 10 of 12
AHMG 2015 00062801 11.04.00 The Service provider is required to submit the documentary proof of wage payment/remittance, such as acquaintance rolls, remittance statements submitted to bank for depositing the amount to the individual accounts of each TCMUs and TMUs, & declaration form obtained from Services personnel having received the payment regularly, etc. as and when required for verification, failing which the bills for subsequent periods will not be cleared and paid. The Service Provider shall invariably provide monthly salary slips to each TCMU and TMU engaged by him. 11.05.00 Only those taxes / duties / EPF / ESI / Administrative Charges etc. which are legally leviable and are already mentioned in tender commercial offer, will be claimed by the Service Provider and paid by SAC. The taxes, etc. as applicable on work contract in the state of Gujarat should be clearly accounted for. If this is not mentioned in tender price bid, no claim on same will be entertained. 11.06.00 Service units are required to work entire duration of month including Holidays & Saturdays, if called by the Respective-In-Charge. Service units are required to work after office hours as well on Sundays and Public Holidays also in case requirement arises. It will be considered as a part of regular duties under contract and no extra payments will be made for same. Service Provider should make payment to TCMUs and TMUs through ECS in a recognized Bank. 11.07.00 Penalty Clause: If the Service Provider is not able to maintain continuity in any individual TCMU and TMU Service person in any month, as mentioned in point no. 06.02.09 and 06.02.10 as referred above in the RFP, then penalty charge per absentee, equivalent to 10% of One (01) TCMU and TMU rate, may be deducted from Service Provider s total payments for that month. However while accounting of said penalty, above referred TCMU and TMU rate will be considered after excluding of all type of employer s contribution (EPF, ESI etc.), administrative charges and service taxes. 11.08.00 EARNEST MONEY DEPOSIT (EMD): An amount of Rs. 2,00,000/- (Rs. Two Lacs Only) shall be remitted by Account Payee DD / Fixed Deposit Receipt (FDR) in favour of Accounts Officer, SAC towards EMD along with quotation. Please note that without EMD, quotation will not be considered. EMD of successful bidder shall be adjusted against Security Deposit and the remaining amount of security deposit will be deposited by the SP. EMD of unsuccessful bidders will be returned after finalization of contract without any interest. 11.09.00 SECURITY DEPOSIT(SD): An amount equivalent to 10% of total contract value in the form of DD, FDR or Performance bank Guarantee (PBG), valid for the period of contract shall be remitted in favour of Accounts Officer, SAC as Security Deposit towards performance of Contract. Security Deposit will be released only after satisfactory completion of all contractual obligations. No interest is payable on SD amount. 11.10.00 The Service Provider will be responsible for and liable to pay compensation for any damage or loss to the property of SAC as a result of negligence / carelessness of any of his employees. This amount may be deducted from the payments made at the end of that month. 11.11.00 Applicable Income Tax on the payment made to the service providers will be deducted at source on monthly basis as per Income Tax Act. 11.12.00 ESI / EPF COVERAGE FOR TCMUs and TMUs: The Service Provider shall comply with the statutory rules connected with ESI and Provident Fund (EPF) and should be registered with the concerned authorities. The Service Provider is also required to pay ESI & EPF contributions regularly and the proof of payment is required to be submitted along with the Original Challans/bills. No extra payments shall be made by SAC towards any other expenses incurred by the Service Provider. Page 11 of 12
AHMG 2015 00062801 12.00.00 SUBMISSION OF TECHNO-COMMERCIAL TENDER DOCUMENT 12.01.00 This is a two part bid. The bidder should submit both the techno-commercial details (without price) in Annexure I and price bid Annexure II in separate sealed cover within the due date specified. Each page of bid document including Annexures shall be duly signed and stamped by the Service provider or his authorized representative including all the pages of RFP (as acceptance of SAC terms and Conditions) and sent to the following address: Sr. Head, Purchase & Stores, Space Applications Centre (ISRO) Ambawadi Vistar P.O., Ahmedabad-380015. 12.02.00 The offer should be valid for a minimum period of 180 days from the due date of opening of the tender. 12.03.00 Corrections, if any, must be attested. All amounts shall be indicated both in words as well as in figures. Where there is a difference between amounts quoted in words and figures, amount quoted in words shall only be considered. 12.04.00 Service Provider is required to give the name of Contact person from his side for all relevant communications/interactions regarding this contract. The authority of person signing tender offer should be produced, if required. 12.05.00 Service Provider should provide bank detail along with the offer. 12.06.00 Late or delayed tender offers shall not be considered. Therefore, please ensure that the tender is posted well in time to reach us before the due date and time. 12.07.00 No conditional discounts and terms will be allowed. 12.08.00 Tender fee of requisite value shall be sent along with the tenders by Demand Draft in favour of Accounts Officer, SAC, Ahmedabad. Page 12 of 12
ANNEXURE-I COMPLIANCE TABLE IMPORTANT NOTES: 1. Conditional Offers are NOT allowed. 2. The Service Provider should give relevant details wherever required in the following compliance table. 3. The Service Provider should also support their compliances by enclosing necessary documentary evidences with the Technical bid ONLY, failing which his bid will not be considered. 4. Each item in the compliance table is required to be responded with YES if understand and agreed OR write your comments.
AHMG 2015 00062801 01.00.00 INTRODUCTION: The aim of this RFP is to have a Technical Services Work Contract, wherein the Service Provider will contribute towards the CNC Machining and Conventional Machining of mechanical hardware of various payload and ground systems for different projects or groups of Space Applications Centre, SAC (ISRO), Ahmedabad. Under this Technical Services Contract, continuous interactions with MSFG/SAC Engineers / Technical Personnel is required for CNC Machining and Conventional Machining work, and the work is required to be carried out in the MSFG/SAC premises. Hence, the Service Provider's Personnel will be required to work within MSFG/SAC premises in Ahmedabad. In addition to providing all details as per this RFP, the Service Providers are mandatorily required to fill up the compliance table given as Annexure I (Techno-Commercial Aspects). Any offer, which does not include the compliance table, is liable to be rejected. The Offers containing false information will be summarily rejected. Quotations are invited in sealed covers in two parts bid basis i.e. Technocommercial and price bid from experienced Service Providers who can provide efficient and effective Technical Services of highest standards. It is mandatory that the Service Provider will submit his Techno-commercial terms (Annexure-I) and pricing related information (Annexure-II) in the attached table format only. 02.00.00 SCOPE OF WORK: The scope of this RFP is restricted only to outsourcing / hiring of Technical Services Units Technical (ITI) CNC Machining services Units (TCMUs) and Technical (ITI) conventional Machining services Units (TMUs) for CNC Machining (Milling, Sink EDM and Wire EDM) and Conventional Machining (Milling and Turning) of Mechanical Hardware of Ground and Flight Model requirements for various projects of the Space Applications Centre. 02.01.00 The following definitions apply for these Technical Services: 02.01.01 Service Provider (SP): The Vendor or Contractor selected to provide Technical Services. 02.01.02 TCMU Personnel: A technical Services Unit Person who has to provide Services, as per point 02.03.00, in PMF at SAC. 02.01.03 TMU Personnel: A technical Services Unit Person who has to provide Services, as per point 02.04.00, in PMF at SAC. 02.01.04 TCMU: One Technical Services Unit of TCMU is defined as work to be performed by an experienced TCMU Person for one calendar month as per point 02.03.00. 02.01.05 TMU: One Technical Services Unit of TMU is defined as work to be performed by an experienced TMU Person for one calendar month as per point 02.04.00. 02.01.06 TCMU and TMU working hours: These are the working hours for which, the said TCMU and TMU personnel will be required to work during normal SAC Page 2 of 12
AHMG 2015 00062801 Office hours or any shift hours. The calendar month will be Normal working days of the Space Applications Centre (ISRO) in a particular month. Whenever required and instructed by concerned engineers, TCMU/TMU personnel has to work on Saturdays, Sundays and Holidays. They may also be required to work before or after office hours. 02.02.00 Technical Services: 02.02.01 TCMU Services for CNC Machining 02.02.02 TMU Services for Conventional Machining Following are the details of technical services required to be provided for above mentioned services. 02.03.00 TCMU Services: It will mainly comprise of the following technical services, to be provided by suitable, qualified and trained TCMU personnel of the Service Provider, in consultation with SAC-In-Charge: 02.03.01 Machining of jobs from different materials as per the drawings on CNC milling, CNC EDM and CNC Wire EDM machines independently. 02.03.02 Preparing CNC Part Programs for jobs on the CNC machines having Siemens, Fanuc, Dialog-3, Dialog-4, Dialog-11, HASS, Heidenhein, ONA controllers. 02.03.03 Program transfer from PC to machine and vice versa via RS-232 / Ethernet interface. 02.03.04 Operating CNC milling / EDM / Wire EDM machines. 02.03.05 Deciding cutting tool to be used for machining. 02.03.06 Loading and unloading of the job and fixtures on the machine. 02.03.07 Clamping the job on the machine using suitable fixture / accessories. 02.03.08 Lubricating and cleaning the machine. 02.03.09 Measurement of jobs during and after machining using suitable measuring instruments. 02.03.10 De-burring and cleaning of the job after machining. 02.03.11 Carrying out mathematical calculations using basic mathematics and trigonometry for finding coordinates or taper angle. 02.03.12 Any other work as per instructions from SAC engineer. 02.04.00 TMU Services: It will mainly comprise of the following technical services, to be provided by suitable, qualified and trained TMU personnel of the Service Provider, in consultation with SAC-In-Charge, in the following areas: 02.04.01 Machining of jobs from different materials as per the drawings on milling and lathe machines independently. 02.04.02 Deciding cutting tool to be used for machining. 02.04.03 Loading and unloading of the job and fixtures on the machine. 02.04.04 Clamping the job on the machine using suitable fixture / accessories. 02.04.05 Lubricating and cleaning the machine. 02.04.06 Measurement of jobs during and after machining using suitable measuring Page 3 of 12
AHMG 2015 00062801 instruments. 02.04.07 De-burring and cleaning of the job after machining. 02.04.08 Carrying out mathematical calculations using basic mathematics and trigonometry for finding coordinates or taper angle. 02.04.09 Any other work as per instructions from SAC engineer. 02.05.00 Service Provider has to ensure that the TCMU and TMU services being provided are efficient and without any breaks/disruption. Also the Service Provider should take care of the function of relieving the absentees and other relevant or associated tasks for executing the contract in its totality. 02.06.00 Service Provider will be required to provide consolidated reports on these services to SAC-In-Charge or SAC nominated officer from time to time. 02.07.00 QUALIFICATIONS & EXPERIENCE OF TCMU AND TMU PERSONNEL: TCMU and TMU Personnel should have following essential and desirable qualifications, experience and knowledge: 02.08.00 Essential Minimum Qualifications: 02.08.01 I.T.I. with Machinist / Turner Trade from recognized institutes with a minimum of 60% marks and minimum Two Years experience in relevant field. 02.09.00 Essential Experience and Knowledge: 02.09.01 TCMU Personnel for CNC Wire / Sink EDM Machine: He should be capable of using all the features of Esprit CAM software right from generating geometry, deciding machining strategy, generating CNC part program and transfer the same to the machine using RS-232/ethernet interface. He should also be capable of making CNC part programs directly on the machine and operate the machine independently. 02.09.02 TCMU Personnel for CNC Machining (Milling) Centre: He should be capable of transfer of the part programs generated on CAM software to the machines using RS-232/ethernet interface, selecting appropriate tools and using machining strategy correlated to the part programs, clamping jobs etc. They should also be capable of making CNC part programs directly on the machines and operate the machines independently. 02.09.03 TCMU Personnel should have first-hand experience of preparing part programs and operating CNC machines having Siemens / Heidenhein controller. 02.09.04 Experience of machining high precision jobs. 02.09.05 Exposure to extensive use of measuring instruments like vernier caliper, micrometers, bore gauge, slip gauges etc. 02.09.06 Knowledge of basic mathematics and trigonometry. 02.09.07 Through knowledge of engineering drawings, limit, fit, tolerances, surface finish etc. 02.09.08 Knowledge of different cutting tool materials, tool geometry and machining parameters. 02.09.09 First three points above applies to TCMU only. Rest of the points are applicable for TCMU as well as TMU. Persons deployed as TCMU are required to work on very sophisticated and costly CNC machines and hence, should be highly Page 4 of 12
AHMG 2015 00062801 competent, knowledgeable and highly skilled. All above requirements are mandatory and strictly to be complied with. 02.10.00 Desirable experience and knowledge: 02.10.01 Knowledge of English and good communication skills is preferable. 02.10.02 Persons with more years of relevant experience of Machining work. 02.10.03 Basic proficiency in working with Computer 02.11.00 Selection Procedure of TCMU AND TMU personnel: Strict selection procedure will be followed in order to ensure the quality of service Personnel. Initial screening and short listing process, using procedures like written tests, etc. will be carried out by Service Provider. SAC reserves the right to set question papers, evaluate the answer sheets if required for this process. Personal interview of screened-in and short listed TCMU and TMU personnel will be arranged by Service provider (SP) in consultation with SAC-In-Charge or SAC nominated officer. SAC decision for selecting the TCMU and TMU personnel will be final and binding to Service Provider (SP) in all respect and cannot be challenged. 03.00.00 TOTAL TCMU AND TMU SERVICES WORKLOAD 03.01.00 Definition of One Unit of Service Workload: Services of one TCMU / TMU on all working days in a calendar month during normal working hours of SAC or equal to same time during a day at any shift time. Currently, SAC Office working hours is 09:00 hrs to 17:30 hrs. with 30 minutes Lunch break. However, whenever needed, TCMU /TMU persons are required to work on Saturday, Sunday, Holidays and before and after office hours also. 03.02.00 Total expected workload for 01 year is as mentioned below. TCMU: 48 TCMU. TMU: 84 TMU. However, there is no guarantee for the deployment of these above mentioned units on continuous basis. SAC reserves the right to increase or decrease TCMU/TMU workload based on actual requirement. 03.03.00 For accounting purpose, one TCMU/TMU is equal to work performed by one TCMU/TMU person in one calendar month when deployed at SAC. For this purpose, calendar month will be considered based on SAC working days of respective month. Though TCMU and TMU Personnel may be required to work on Saturday, Sunday and Holidays also as and when required and for that no extra payments will be made. 03.04.00 In case of casual absence, in particular month for 01 day or more of any contract service (TCMU/TMU), payment will be made on pro rata basis. For this purpose, calendar month will be considered based on SAC working days. 03.05.00 TCMU may be required to work as TMU as and when required. 03.06.00 SAC reserves the right to spilt Service Contracts with two Service Provider s under this RFP and on basis of lowest technically suitable offer. 04.00.00 SELECTION CRITERIA FOR TCMU/TMU SERVICE PROVIDERS 04.01.00 Under this TCMU/TMU Services Contract, the Service Provider will be providing TCMU and TMU Services at SAC. For the Services, SAC will provide necessary inhouse technical and facility support. Service Provider's TCMUs and TMUs Personnel will be required to provide their services within SAC premises. To meet Page 5 of 12
AHMG 2015 00062801 the above-mentioned requirements and mode of working envisaged, the Service Provider shall meet the following minimum requirements in order to technically qualify: 04.02.00 Service Provider must be a reputed engineering company registered with government agencies and in existence for a minimum of 3 years on the date of issue of this tender, with necessary technical facilities and experience in providing such Technical Services (Attach relevant P.O. copies, documents etc.). It should not be a consortium of firms / companies or placement agency. 04.03.00 Service Provider s Own Establishment & Office must be located in Ahmedabad or within 50 kms. radius of Ahmedabad. Service Provider should provide all local contact information like address, landline phone, fax, mobile numbers, website and email etc. 04.04.00 Service Provider should have the following minimum requirements: 04.04.01 Average annual turnover of Rs. 10 Lakhs during last three years (I-Tax returns, Audited Financial statements of last three years with PAN and such other relevant documents required as proof, to be enclosed). 04.04.02 Experience in the field of Technical Services / Products preferably for at least Two (02) years with valid license. 04.04.03 Relevant documents, P.O. copies, service satisfaction certificates, etc. should be enclosed with their offer document. 04.05.00 Service Provider must have a Minimum existing technical Staff (Engineers/Technical) of at least Ten (10) persons at his establishment. Service Provider has to provide the list of regular technical employees with their qualifications, experience, etc. along with the technical proposal. The list of regular employees available with Service Provider for similar Contracts has to be clearly listed separately. 04.06.00 Service Provider should enclose the following documents along with technocommercial bids for consideration. 04.06.01 Latest Copy of Registration of the firm of the contractor from concerned authorities indicating Registration No., date and its validity. 04.06.02 Income-Tax, PAN No. and Service Tax No. 04.06.03 Solvency Certificate from a Scheduled bank for Rs. 10 lakhs 04.06.04 Documentary proof of having office in Ahmedabad or within 50 kms radius of Ahmedabad with infrastructure. 04.07.00 Service Provider should attach Certification from reputed user agencies, ISO/High-level quality service certification in the relevant area, if available. 04.08.00 Service Provider s Company/firm should not have been banned or black-listed by any Government Department / Central Government Unit / Public Sector Unit / Financial Institutions / Court and submit a declaration in this regard. 04.09.00 If required, SAC Officers may visit the Service Provider s premises for verification of information related to work orders/space/manpower, etc. and other infrastructure facilities claimed. The techno-commercial bid of Service Provider, who is not able to substantiate/satisfy the technical requirements laid down in this RFP, is liable to be rejected. Page 6 of 12
AHMG 2015 00062801 05.00.00 SAC reserves the right to accept or reject any offer fully or partly without assigning any reasons, if the rates quoted are not rationale and viable. SAC also reserves the right to enter into parallel contracts with one or more service providers, if required, under this RFP. 06.00.00 CONTRACT MANAGEMENT 06.01.00 Responsibilities of SAC In-Charge 06.01.01 SAC Contract In-Charge will be the overall coordinator and supervisor. 06.01.02 TCMUs and TMUs deployed will work as per the instructions / guidance from SAC Engineers on day-to-day basis. 06.01.03 A log sheet is to be maintained wherein TCMUs and TMUs will record their services start time and end time with their signatures on daily basis and concerned SAC engineer will certify the same on daily basis. 06.02.00 Responsibilities of the Service Provider 06.02.01 Service Provider will submit the list of short listed candidates (TCMUs and TMUs) to be deployed along with their bio-data and other personal details like residential address, contact phone/mobile Nos., etc. 06.02.02 The Service Provider will deploy the TCMU and TMU Personnel from the list of selected Engineering service persons (TCMUs and TMUs) only, which is approved by SAC. 06.02.03 Service Provider will ensure that all the TCMU and TMU Personnel deployed in SAC are bona fide employees of the Service Provider having valid Vendor s Identification Card with a photograph. The Service Provider cannot subcontract this work to any other entity or agency. 06.02.04 Service Provider is required to obtain the Police Verification of the deployed TCMU and TMU Person at his own expenses and submit the same to SAC authorities. Service provider has to ensure that TCMUs and TMUs should be Indian National only. 06.02.05 Service Provider will deploy the TCMUs and TMUs to carry out the work within 15 days of the award of contract after fulfilling other terms and conditions like police verification, etc. 06.02.06 Service Provider will maintain a register for the work carried out by the Service Provider's personnel in terms of Technical Service units (TCMUs and TMUs) for each completed month. 06.02.07 Service Provider must employ TCMUs and TMUs in sufficient numbers to take care of the workload during the period of contract as defined under section 03.00.00 of this RFP. 06.02.08 Service Provider will ensure that the TCMU and TMU Personnel deployed by him at SAC are available for the work for the total duration of the contract and frequent changes of the personnel is to be avoided. 06.02.09 There should not be any break in TCMU and TMU Services provided due to absence of any contract person for a prolonged period i.e 07 working days without intimation. The Service Provider has to ensure suitable replacement at the earliest but within 07 days. 06.02.10 In case of any TCMU and TMU Person found unfit or unsuitable for the work Page 7 of 12
AHMG 2015 00062801 assigned, during the tenure of the contract, Service Provider is required to replace immediately or within 7 days from the day of identification of above said deficiencies. 06.02.11 Service Provider shall be responsible for the good conduct of the personnel employed by him. The Service Provider will be responsible for and liable to pay compensation for any damage or loss to the property of SAC as a result of negligence / carelessness of any of his employees. This amount shall be recovered from the payment due to the Service Provider. 06.02.12 SAC will not be responsible for any contingency arising out of the deployment of the Service Provider s personnel in SAC premises. The Service Provider will be responsible for the safety of the deployed TCMU and TMU Personnel. SAC shall not be responsible for any accident/injury/loss of life of Service Provider s TCMU and TMU Personnel due to natural calamities, accidents, etc. The Service Provider shall submit an Indemnity Bond, indemnifying SAC/ISRO from any claims that may be filed by the staff deployed by them, against accidents/loss/injury that may arise during their presence at SAC premises. The Service Provider is responsible for providing Personal Protective Equipment like Safety Shoes and Safety goggles etc. necessary for safety of their deployed TCMU and TMU. 06.02.13 Service provider shall make his own arrangements for conveyance and other logistics requirement for TCMU and TMU Personnel. 06.02.14 Service Provider and his employees shall abide by the security guidelines and rules followed in SAC from time to time. Whenever the Service Provider or his employees have to enter SAC, they should carry entry passes, issued by SAC; and identity card provided by the service provider; and should produce the same as and when demanded. Their movement shall be restricted to only those places / Offices / laboratories where they are authorized to enter and work. 06.02.15 Service Provider will be required to adhere by the law of the land, in writing, with respect to protection of employees rights and benefits while servicing this Contract. 06.02.16 Service Provider will also be required to adhere by the applicable statutory rules and laws of the land, laid down by Government of India and Government of Gujarat regarding the wages, benefits and rights for these TCMU and TMU Personnel like PF/ESI etc. 06.02.17 Technical Service personnel are required to work for entire duration of the month including Saturdays, Sunday and Holidays, if called by respective in-charge. They are required to work in shifts on need basis and after office hours as well. These will be considered as a part of regular duties under contract and no extra payment will be made for the same. Not reporting for work will be considered as absence and further action may be taken. 07.00.00 GENERAL TERMS AND CONDITIONS 07.01.00 As regards the security of handling of material/equipment and sensitive data/ records at the work locations, the arrangement will be worked out by SAC Contract-In-Charge. The TCMU and TMU Personnel of Service Provider will strictly follow the procedures so worked out. 07.02.00 SAC reserves right to disqualify any of the Service Provider's TCMU and TMU Personnel deployed for various reasons like technical incompetence, indiscipline, irregularity, insincerity, disobedience, doubtful credentials / integrity, etc. Page 8 of 12
AHMG 2015 00062801 07.03.00 INTELLECTUAL PROPERTY RIGHTS (IPR): Work carried out by the Service Provider through his personnel will remain the sole property of SAC. Neither the Service Provider nor his personnel, carrying out the development work will claim any intellectual property rights on such works. The Intellectual property rights relating to the design, development processes and other fabrication details given to and received from the Service Provider selected shall remain the exclusive property of SAC. Service Provider or Personnel deputed by the Service Provider at SAC shall make no attempt to unlawfully reveal, misuse or encroach upon the intellectual or private data/ information/ Computer systems at SAC to which they may have access to, as part of the work carried out during and after the period of contract. 07.04.00 CONFIDENTIALITY AGREEMENT: Service Provider and Personnel deputed by the Service Provider shall not reveal, divulge, transfer or disclose the information relating to the design, processes, fabrication procedures, product, quality control methods, etc. that are exclusively provided by SAC for its (SAC s) own requirements, to any third party. Service Provider shall not, without prior written consent from SAC, use such information for any purpose other than for fulfilling obligations under the Contract to be placed. Service Provider and Personnel deputed by the Service Provider undertakes to restrict the access of non-service Provider personnel and other customers/ visitors to their establishment, to any of the details of the job being performed under this Contract. 07.05.00 NON-DISCLOSURE AGREEMENT (NDA): Service Provider and Personnel deputed by the Service Provider shall maintain absolute secrecy and security of the circuit schematics, drawings, process methods / documentation, etc. provided by SAC for the purpose of design, fabrication and testing or stored on various computing systems at SAC. Service Provider shall return the original and copies of the same to SAC after completion of the work. The technical information / papers / drawings to be provided by SAC from time to time, are for the execution of this Contract only; and should not be used / copied / reproduced / published in any form or disclosed to third party, by the Service Provider or his personnel. Thus, the Service Provider is required to sign a Non-Disclosure Agreement (NDA) with SAC. Service Provider will also be responsible for any violation or infringement of NDA by his personnel. 07.06.00 FALL CLAUSE: The rates charged by the Service Provider for the TCMU and TMU work, shall in no event exceed the lowest rates charged for the services of identical description, to any other party during the validity of the agreed rates. If, at any time during said period, the Service Provider reduces the rates for the work to any other party, he shall forthwith notify such reduction of rates applicable to SAC and the rates payable under this contract for the services shall stand correspondingly reduced. 07.07.00 Under no circumstances shall the TCMU and TMU Personnel deployed by Service Provider claim any right of employment, regular or otherwise, at SAC or ISRO/DOS and related establishments, during and after the end of the contract period. The scope of this Contract is restricted only to outsourcing of TCMU and TMU services. 07.08.00 All other standard commercial terms and conditions of SAC/ISRO, Government of India for a tender of similar nature, shall also be applicable. Page 9 of 12
AHMG 2015 00062801 08.00.00 ARBITRATION IN CASE OF DIFFERENCES OF OPINION: Any difference of opinions or disputes that arise during the execution of contract will be mutually discussed and settled between SAC Contract-In-Charge and Service Provider. Any dispute that remains unresolved thereafter will be referred to a one man Arbitrator, appointed by Director, SAC, Ahmedabad in accordance with Arbitration & Conciliation Act 1996 as amended, whose decision shall be final and binding on both the parties. 09.00.00 DURATION OF CONTRACT 09.01.00 Period of the Contract will be for One (01) year. However, on satisfactory performance, the Contract may be extended under same terms and conditions for further period of 01 year or part thereof on mutual consent. 09.02.00 The performance of TCMU and TMU Services will be reviewed for initial three months. Depending upon the performance assessment, TCMU and TMU contract will be continued or terminated for the remaining period. 10.00.00 MONITORING AND TERMINATION OF CONTRACT 10.01.00 SAC Contract-In-charge and SAC management shall carry out periodic reviews of the progress of the work at various stages during the contract duration. The Service Provider is required to provide all necessary information on this matter, as and when solicited by SAC. 10.02.00 SAC reserves the right to terminate the Contract or reduce the scope and number of deployed TCMUs any time within the Contract duration at short notice, if the Service Provider fails to provide satisfactory quality TCMU and TMU Services or fails to comply with any of the clauses mentioned above and laid down in the contract. 10.03.00 SAC reserves the right to enter in to contract, with one or more TCMU and TMU Service Providers, at any time during the period of this contract. 10.04.00 If SAC discovers during the period of contract, contractor not adhering to laws of land, contract will be short closed without assigning any reason or notice period. 11.00.00 PAYMENT TERMS AND CONDITIONS 11.01.00 Work / Services entrusted for the day shall be completed and logged by the TCMUs and TMUs in the work register on daily basis. On completion of the work, the signature of the concerned In-Charge shall be obtained in the work register itself on daily basis. The Service Provider will submit consolidated bills for the satisfactory service of the work completed on a Monthly Basis in terms of total gross TCMU and TMU Rate, along with the attendance certificates. 11.02.00 Payment with respect to the contract, against the consolidated bills submitted, will be made for each month, based on the extent of TCMU and TMU work satisfactorily carried out and the Job Completion Certificates/Voucher (JCV) issued by the respective Project-In-Charges for having satisfactorily carried out the assigned TCMU and TMU works. Individual JCVs for each TCMU and TMU will be collected by the Service provider and a single consolidated bill should be submitted to SAC Accounts. 11.03.00 Bills submitted by service providers should be supported with documentary evidences in respect of statutory payments made by him to respective authorities towards PF, ESI, salary, etc. while servicing this contract for each Page 10 of 12
AHMG 2015 00062801 service units, which will be verified before release of payments. 11.04.00 The Service provider is required to submit the documentary proof of wage payment/remittance, such as acquaintance rolls, remittance statements submitted to bank for depositing the amount to the individual accounts of each TCMUs and TMUs, & declaration form obtained from Services personnel having received the payment regularly, etc. as and when required for verification, failing which the bills for subsequent periods will not be cleared and paid. The Service Provider shall invariably provide monthly salary slips to each TCMU and TMU engaged by him. 11.05.00 Only those taxes / duties / EPF / ESI / Administrative Charges etc. which are legally leviable and are already mentioned in tender commercial offer, will be claimed by the Service Provider and paid by SAC. The taxes, etc. as applicable on work contract in the state of Gujarat should be clearly accounted for. If this is not mentioned in tender price bid, no claim on same will be entertained. 11.06.00 Service units are required to work entire duration of month including Holidays & Saturdays, if called by the Respective-In-Charge. Service units are required to work after office hours as well on Sundays and Public Holidays also in case requirement arises. It will be considered as a part of regular duties under contract and no extra payments will be made for same. Service Provider should make payment to TCMUs and TMUs through ECS in a recognized Bank. 11.07.00 Penalty Clause: If the Service Provider is not able to maintain continuity in any individual TCMU and TMU Service person in any month, as mentioned in point no. 06.02.09 and 06.02.10 as referred above in the RFP, then penalty charge per absentee, equivalent to 10% of One (01) TCMU and TMU rate, may be deducted from Service Provider s total payments for that month. However while accounting of said penalty, above referred TCMU and TMU rate will be considered after excluding of all type of employer s contribution (EPF, ESI etc.), administrative charges and service taxes. 11.08.00 EARNEST MONEY DEPOSIT (EMD): An amount of Rs. 2,00,000/- (Rs. Two Lacs Only) shall be remitted by Account Payee DD / Fixed Deposit Receipt (FDR) in favour of Accounts Officer, SAC towards EMD along with quotation. Please note that without EMD, quotation will not be considered. EMD of successful bidder shall be adjusted against Security Deposit and the remaining amount of security deposit will be deposited by the SP. EMD of unsuccessful bidders will be returned after finalization of contract without any interest. 11.09.00 SECURITY DEPOSIT(SD): An amount equivalent to 10% of total contract value in the form of DD, FDR or Performance bank Guarantee (PBG), valid for the period of contract shall be remitted in favour of Accounts Officer, SAC as Security Deposit towards performance of Contract. Security Deposit will be released only after satisfactory completion of all contractual obligations. No interest is payable on SD amount. 11.10.00 The Service Provider will be responsible for and liable to pay compensation for any damage or loss to the property of SAC as a result of negligence / carelessness of any of his employees. This amount may be deducted from the payments made at the end of that month. 11.11.00 Applicable Income Tax on the payment made to the service providers will be deducted at source on monthly basis as per Income Tax Act. 11.12.00 ESI / EPF COVERAGE FOR TCMUs and TMUs: The Service Provider shall comply Page 11 of 12
AHMG 2015 00062801 with the statutory rules connected with ESI and Provident Fund (EPF) and should be registered with the concerned authorities. The Service Provider is also required to pay ESI & EPF contributions regularly and the proof of payment is required to be submitted along with the Original Challans/bills. No extra payments shall be made by SAC towards any other expenses incurred by the Service Provider. 12.00.00 SUBMISSION OF TECHNO-COMMERCIAL TENDER DOCUMENT 12.01.00 This is a two part bid. The bidder should submit both the techno-commercial details (without price) in Annexure I and price bid Annexure II in separate sealed cover within the due date specified. Each page of bid document including Annexures shall be duly signed and stamped by the Service provider or his authorized representative including all the pages of RFP (as acceptance of SAC terms and Conditions) and sent to the following address: Sr. Head, Purchase & Stores, Space Applications Centre (ISRO) Ambawadi Vistar P.O., Ahmedabad-380015. 12.02.00 The offer should be valid for a minimum period of 180 days from the due date of opening of the tender. 12.03.00 Corrections, if any, must be attested. All amounts shall be indicated both in words as well as in figures. Where there is a difference between amounts quoted in words and figures, amount quoted in words shall only be considered. 12.04.00 Service Provider is required to give the name of Contact person from his side for all relevant communications/interactions regarding this contract. The authority of person signing tender offer should be produced, if required. 12.05.00 Service Provider should provide bank detail along with the offer. 12.06.00 Late or delayed tender offers shall not be considered. Therefore, please ensure that the tender is posted well in time to reach us before the due date and time. 12.07.00 No conditional discounts and terms will be allowed. 12.08.00 Tender fee of requisite value shall be sent along with the tenders by Demand Draft in favour of Accounts Officer, SAC, Ahmedabad. Page 12 of 12
AHMG 2015 00062801 PRICE BID FORMAT FOR TCMU Sr. No. Description 1. Amount payable to a TCMU inclusive of the employee s contribution towards EPF and ESI per month (Should not be less than Rs. 9841 per TCMU per Month) (It is inclusive of all allowances) SAC reserves the right to revise amount payable to TCMU category at any time during the period of this contract. 2. Employer s contribution per month towards EPF @ 13.61% payable on Sr.No. 1 above ( Should not be less than Rs. 1339 per TCMU per Month) 3. Employer s contribution per month towards ESI @ 4.75% payable on Sr.No. 1 above ( Should not be less than Rs. 467 per TCMU per Month) 4. Administrative charges per TCMU per Month (including overheads/profit etc.) This will remain firm and fixed during the entire period of contract. 5 Total Cost per TCMU per Month. (Excluding Service / Other taxes) 6 Applicable Service / Other Taxes per TCMU per Month, etc. Amount per TCMU per Month (Rs.). Conditional Offers are NOT allowed Remarks Service Provider is strongly advised to refer & strictly comply with sec. 6.02.16, 11.00.00 & 12.00.00. Service Provider has to ensure Compliance as per Applicable Statutory rules/laws of land. Present rates EPF 12 % and ESI 1.75 % Claims are to be supported with documentary evidences in respect of EPF as per sec. 11.03.00 and 11.05.00 for Reimbursement Claims are to be supported with documentary evidences in respect of ESI as per sec. 11.03.00 and 11.05.00 for Reimbursement To be Clearly Specified by the Service Provider. It should include cost of uniform and Safety Shoes and Safety Eye Protecting Goggles as per sec. 06.02.12 (Summation of 1+2+3+4) to be Clearly Specified by the Service Provider (Provide % rate & break-up ) (*) Please mention % of Service Tax:. SIGNATURE WITH SEAL Date: Place: Note: Price bid offered in above specified format shall only be considered.
AHMG 2015 00062801 PRICE BID FORMAT FOR TMU Sr. No. Description 1. Amount payable to a TMU inclusive of the employee s contribution towards EPF and ESI per month (Should not be less than Rs. 9841 per TMU per Month) (It is inclusive of all allowances) SAC reserves the right to revise amount payable to TMU category at any time during the period of this contract. 2. Employer s contribution per month towards EPF @ 13.61% payable on Sr.No. 1 above ( Should not be less than Rs. 1339 per TMU per Month) 3. Employer s contribution per month towards ESI @ 4.75% payable on Sr.No. 1 above ( Should not be less than Rs. 467 per TMU per Month) 4. Administrative charges per TMU per Month (including overheads/profit etc.) This will remain firm and fixed during the entire period of contract. 5 Total Cost per TMU per Month. (Excluding Service / Other taxes) 6 Applicable Service / Other Taxes per TMU per Month, etc. Amount per TMU per Month (Rs). Conditional Offers are NOT allowed Remarks Service Provider is strongly advised to refer & strictly comply with sec. 6.02.16, 11.00.00 & 12.00.00. Service Provider has to ensure Compliance as per Applicable Statutory rules/laws of land. Present rates EPF 12 % and ESI 1.75 % Claims are to be supported with documentary evidences in respect of EPF as per sec. 11.03.00 and 11.05.00 for Reimbursement Claims are to be supported with documentary evidences in respect of ESI as per sec. 11.03.00 and 11.05.00 for Reimbursement To be Clearly Specified by the Service Provider. It should include cost of uniform and Safety Shoes and Safety Eye Protecting Goggles as per sec. 06.02.12 (Summation of 1+2+3+4) to be Clearly Specified by the Service Provider (Provide % rate & break-up ) (*) Please mention % of Service Tax:. SIGNATURE WITH SEAL Date: Place: Note: Price bid offered in above specified format shall only be considered.
GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE PURCHASE DIVISION Tele No: 079 2691 3053/57 Fax No: 079 2691 3853 E-mail: publictender@sac.isro.gov.in INSTRUCTIONS TO TENDERERS 1. Tenders should be sent in sealed envelopes super scribing the relevant tender No, and the due date of opening. Only one tender should be sent in each envelope. Unsigned bids shall be rejected. 2. Late tenders and delayed tenders will not be considered. Unsigned bids shall be rejected. 3. Tender fee & bid security (EMD) exemption for MSME. 4. Sales Tax and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the tender. 5. As a Government of India Department, this office is exempted from payment of Octroi and similar local levies. Tenderers shall ensure that necessary Exemption Certificates are obtained by them from the Purchase Officer concerned to avoid any payment of such levies. 6. a) Your quotation should be valid for at least 90 days from the date of opening of the tender. b) Prices are required to be quoted according to the units indicated in the annexed tender form. When quotations are given in terms of units other than those specified in the tender form, relationship between the two sets of units must be furnished. 7. Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR destination/delivery at site. 8. (a) All available technical literature, catalogues and other data in support of the specifications and details of the items should be furnished along with the offer. (b) Samples, if called for, should be submitted free of all charges by the tenderer and the Purchaser shall not be responsible for any loss or damage thereof due to any reason whatsoever. In the event of non-acceptance of tender, the tenderer will have to remove the samples at his own expense. (c) Approximate net and gross weight of the items offered shall be indicated in your offer. If dimensional details are available the same should also be indicated in your offer. (d) Specifications: Stores offered should strictly confirm to our specifications. Deviations, if any, should be clearly indicated by the tenderer in his quotation. The tenderer should also indicate the Make/Type number of the stores offered and provide catalogues, technical literature and samples, wherever necessary, along with the quotations. Test Certificates, wherever necessary, should be forwarded along with supplies. Wherever options have been called for in our specifications, the tenderer should address all such options. Wherever specifically mentioned by us, the tenderer could suggest changes to specifications with appropriate response for the same. SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
9. The Purchaser shall be under no obligation to accept the lowest or any tender and reserves the right of acceptance of the whole or any part of the tender or portions of the quantity offered and the tenderers shall supply the same at the rates quoted. 10. Corrections, if any, must be attested. All amounts shall be indicated both in words as well as in figures. Where there is difference between amount quoted in words and figures, amount quoted in words shall prevail. 11. The tenderer should supply along with his tender, the name of his bankers as well as the latest Income-Tax clearance certificate duly countersigned by the Income-Tax Officer of the Circle concerned under the seal of his office, if required by the Purchaser. 12. The Purchaser reserves the right to place order on the successful tenderer for additional quantity up to 25% of the quantity offered by them at the rates quoted. 13. The authority of the person signing the tender, if called for, should be produced. 14. We are exempted from the payment of Central Excise & Custom Duties vide notifications issued by Govt. of India. 15. In case, the vendors are falling under the category of MSME, registered under NSIC and would like to avail exemptions, their quotations should be accompanied with necessary registration certificate with declaration to consider their offer. Quotation received without such declaration and valid registration certificate will not be considered for exemptions under Public Procurement Policy. 16. No request for extension for due date for submission of tenders will be entertained. TERMS & CONDITIONS OF TENDER 1. DEFINITIONS: (a) The term Purchaser shall mean the President of India or his successors or assigns. (b) The term Contractor shall mean, the person, firm or company with whom or with which the order for the supply of stores is placed and shall be deemed to include the Contractor's successors, representative, heirs, executors and administrators unless excluded by the Contract. c) The term Stores shall mean what the Contractor agrees to supply under the Contract as specified in the Purchase Order including erection of plants & machinery and subsequent testing, should such a condition is included in the Purchase Order. d) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and conditions mentioned or referred to in the said communication accepting the tender or offer of the Contractor for supply of stores or plant, machinery or equipment or part thereof. 2. PRICES: Tender offering firm prices will be preferred. Where a price variation clause is insisted upon by a tenderer, quotation with a reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at the time of tendering and also the formula for any such variation/s. 3. SECURITY DEPOSIT: On acceptance of the tender, the Contractor shall, at the option of the Purchaser and within the period specified by him, deposit with him, in cash or in any other form as the Purchaser may determine, security deposit not exceeding ten percent of the value of the SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
Contract as the Purchaser shall specify. If the Contractor is called upon by the Purchaser to deposit, Security and the Contractor fails to provide the security within the period specified, such failure shall constitute a breach of the Contract, and the Purchaser shall be entitled to make other arrangements for the re-purchase of the stores Contracted at the risk of the Contractor in terms of Sub-Clause (ii) and (iii) of clause 10(b) hereof and/or to recover from the Contractor, damages arising from such cancellation. 4. GUARANTEE & REPLACEMENT: (a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down, for material, workmanship and performance. (b) For a period of twelve months after the acceptance of the stores, if any defects are discovered therein or any defects therein found to have developed under proper use, arising from faulty stores design or workmanship, the Contractor shall remedy such defects at his own cost provided he is called upon to do so within a period of 14 months from the date of acceptance thereof by the Purchaser who shall state in writing in what respect the stores or any part thereof are faulty. (c) If, in the opinion of the Purchaser, it becomes necessary to replace or renew any defective stores such replacement or renewal shall be made by the Contractor free of all costs to the Purchaser, provided the notice informing the Contractor of the defect is given by the Purchaser in this regard within the said period of 14 months from the date of acceptance thereof. (d) Should the Contractor fail to rectify the defects, the Purchaser shall have the right to reject or repair or replace at the cost of the Contractor the whole or any portion of the defective stores. (e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection thereof on behalf of the Purchaser, as to whether or not the stores supplied by the Contractor are defective or any defect has developed within the said period of 12 months or as to whether the nature of the defects requires renewal or replacement, shall be final, conclusive and binding on the Contractor. (f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above, the Contractor shall, at the option of the Purchaser, furnish a Bank Guarantee (as prescribed by the Purchaser) from a Bank approved by the Purchaser for an amount equivalent to 10% of the value of the Contract along with first shipment documents. On the performance and completion of the Contract in all respects, the Bank Guarantee will be returned to the Contractor without any interest. (g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival of the stores at Purchaser's site. (h) Even while the 12 months guarantee applies to all stores, in case where a greater period is called for by our specifications then such a specification shall apply in such cases the period of 14 months referred to in para 4 (b) & (c) shall be the asked for guarantee period plus two months. 5. PACKING FORWARDING & INSURANCE: The Contractor will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or air to withstand transit hazards and ensure safe arrival at the destination. The packing and marking of packages shall be done by and at the expense of the Contractor. The Purchaser will not pay separately for transit insurance, all risks in transit being exclusively of the Contractor and the Purchaser shall SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
pay only for such stores as are actually received in good condition in accordance with the Contract. 6. DESPATCH: The Contractor is responsible for obtaining a clear receipt from the Transport Authorities specifying the goods despatched. The consignment should be despatched with clear Railway Receipt/Lorry Receipt. If sent in any other mode, it shall be at the risk of the Contractor. Purchaser will take no responsibility for short deliveries or wrong supply of goods when the same are booked on 'said to contain' basis. Purchaser shall pay for only such stores as are actually received by them in accordance with the Contract. 7. TEST CERTIFICATE: Wherever required, test certificates should be sent along with the despatch documents. 8. ACCEPTANCE OF STORES: (a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by the Purchaser at the Contractor's own risk, expense and cost. (b) It is expressly agreed that the acceptance of the stores Contracted for, is subject to final approval by the Purchaser, whose decision shall be final. (c) If, in the opinion of the Purchaser, all or any of the stores do not meet the performance or quality requirements specified in the Purchase Order, they may be either rejected or accepted at a price to be fixed by the Purchaser and his decision as to rejection and the prices to be fixed shall be final and binding on the Contractor. (d) If the whole or any parts of the stores supplied are rejected in accordance with Clause No. 8 (c) above, the Purchaser shall be at liberty, with or without notice to the Contractor, to purchase in the open market at the expense of the Contractor stores meeting the necessary performance and quality Contracted for in place of those rejected, provided that either the purchase, or the agreement to purchase, from another supplier is made within six months from the date of rejection of the stores as aforesaid. 9. REJECTED STORES: Rejected stores will remain at destination at the Contractor's risk and responsibility. If instructions for their disposal are not received from the Contractor within a period of 14 days from the date of receipt of the advice of rejection, the Purchaser or his representative has, at his discretion, the right to scrap or sell or consign the rejected stores to Contractor's address at the Contractor's entire risk and expense, freight being payable by the Contractor at actuals. 10. DELIVERY: (a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed to be the essence of the Contract and delivery must be completed on or before the specified dates. (b) Should the Contractor fail to deliver the stores or any consignment thereof within the period prescribed for such delivery, the Purchaser shall be entitled at his option either: (i) to recover from the Contractor as agreed liquidated damages and not by way of penalty, a sum of 0.5% per week of the price of any stores which the Contractor has SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
failed to deliver as aforesaid or during which the delivery of such store may be in arrears subject to a minimum of 10%, or (II) to purchase from elsewhere, without notice to the Contractor on the account and at the risk of the Contractor, the stores not delivered or others of a similar description (where others exactly complying with the particulars, are not, in the opinion of the Purchaser, readily procurable, such opinion being final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery, or (iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of stores not so delivered or others of a similar description (where others exactly if complying with the particulars are not, in the opinion of the Purchaser, readily procurable, such opinion final) at the risk and cost of the Contractor. In the event of action being taken under sub-clause (ii) & (iii) of clause 10 (b) above, the Contractor shall be liable for any loss which the Purchaser may sustain on that account, provided that the re-purchase or if there is an agreement to repurchase then such agreement is made within six months from the date of such failure. But the Contractor shall not be entitled to any gain on such repurchase made against default. The manner and method of such re-purchase shall be at the discretion of the Purchaser, whose decision shall be final. It shall not be necessary for the Purchaser to serve a notice of such re-purchase on the defaulting Contractor. This right shall be without prejudice to the right of the Purchaser to recover damages for breach of Contract by the Contractor. 11. EXTENSION OF TIME: As soon as it is apparent that the Contract dates cannot be adhered to, an application shall be sent by the Contractor to the Purchaser. If failure, on the part of the Contractor, to deliver the stores in proper time shall have arisen from any cause which the Purchaser may admit as reasonable ground for an extension of the time (and his decision shall be final) he may allow such additional time as he considers it to be justified by circumstances, of the case without prejudice to the Purchaser's right to recover liquidated damages under clause 10 thereof. 12. ERECTION OF PLANT & MACHINERY: Wherever erection of a plant or machinery is the responsibility of the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection as and when called upon to do so within the period specified by the Purchaser, the Purchaser shall have the right to get the erection done through any source of his choice. In such an event, the Contractor shall be liable to bear any additional expenditure that the Purchaser is liable to incur towards erection. The Contractor shall, however, not be entitled to any gain due to such an action by the Purchaser. 13. PAYMENT: Contractor's bill will be passed for payment only after the stores have been received, inspected and accepted by the Purchaser. 14. MODE OF PAYMENT: Normally payment will be made for the accepted stores within 30 days from the date of receipt of the materials. SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
15. RECOVERY OF SUM DUE: Whenever any claim for the payment of, whether liquidated or not, money arising out of or under this Contract against the Contractor, the Purchaser shall be entitled to recover such sum by appropriating in part or whole, the security deposited by the Contractor, if a security is taken against the Contract. In the event of the security being insufficient or if no security has been taken from the Contractor, then the balance or the total sum recoverable as the case may be, shall be deducted from any sum then due or which at any time thereafter may become due to the Contractor under this or any other Contract with the Purchaser. Should this sum be not sufficient to cover the full amount recoverable, the Contractor shall pay to the Purchaser on demand the remaining balance due. Similarly, if the Purchaser has or makes any claim, whether liquidated or not, against the Contractor under any other Contract with the Purchaser, the payment of all moneys payable under the Contract to the Contractor including the security deposit shall be withheld till such claims of the Purchaser are finally adjudicated upon and paid by the Contractor. 16. INDEMNITY: The Contractor shall warrant and be deemed to have warranted that all stores supplied against this Contract are free and clean of infringement of any Patent, Copyright or Trademark, and shall at all times indemnify the Purchaser against all claims which may be made in respect of the stores for infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk of accidents or damage which may cause a failure of the supply from whatever cause arising and the entire responsibility for sufficiency of all means used by him for the fulfilment of the contact. 17. ARBITRATION: In the event of any question, dispute or difference arising under these conditions or any conditions contained in the Purchase Order or in connection with this Contract (except as to any matter the decision of which is specially provided for by these conditions), the same shall be referred to the sole arbitration of the Head of the Purchase office or some other person appointed by him. It will be no objection that the arbitrator is a Government servant that he had to deal with matter to which the Contract relates or that in the course of his duties as Government servant he has expressed views on all or any other matters in dispute or difference. The award of the arbitrator shall be final and binding on the parties of this Contract. If the arbitrator be the Head of the Centre/Unit (i) In the event of his being transferred or vacating his office by resignation or otherwise, it shall be lawful for his successor-in-office either to proceed with reference himself, or to appoint another person as arbitrator, or (ii) In the event of his being unwilling or unable to act for any reason, it shall be lawful for the Head of the Centre/Unit to appoint another person as arbitrator. If the arbitrator be a person appointed by the Head of the Purchase Office In the event of his dying, neglecting or refusing to act or resigning or being unable to act, for any reason, it shall be lawful for the Head of the Centre/Unit either to proceed with the reference himself or appoint another person as arbitrator in place of the outgoing arbitrator. Subject as aforesaid the Arbitration & Conciliation Act 1996 and the rules thereunder and any statutory modifications thereof for the time being in force shall be deemed to apply to SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
the arbitration proceedings under this Clause. The Arbitrator shall have the power to extend with the consent of the Purchaser and the Contractor the time for making and publishing the award. The venue of arbitration shall be the place as Purchaser in his absolute discretion may determine. Work under the Contract shall, if reasonably possible, continue during arbitration proceedings. In the event of any dispute or difference relating to the interpretation and application for the provisions of the Contracts, such dispute or difference shall be referred by either party to Arbitration of one of the Arbitrations in the Department of Public Enterprises. The Arbitration Act 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute provided however any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs. Ministry of Law & Justice, Government of India. The parties to the dispute will share equally, the cost of arbitration as intimated by Arbitrator. 18. COUNTER TERMS AND CONDITION OF SUPPLIERS: Where counter terms and conditions printed or cyclostyled conditions have been offered by the supplier, the same shall not be deemed to have been accepted by the Purchaser, unless specific written acceptance thereof is obtained. 19. SECURITY FOR PURCHASE OF MATERIALS: Successful tenderer will have to furnish in the form of a bank guarantee or any other form as called for by the Purchaser towards adequate security for the materials and properties provided by the Purchaser for the due execution of the Contract. **** SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
Instructions for Two Part Tender We are proposing to invite tenders in two parts viz. Part I : Technical and Commercial Part II: Price All tenderers are requested to carefully follow the following instructions before preparing their offer. 1) Part I: Technical & Commercial Bid Part (a) Technical 1. This part should contain detailed specifications of the items quoted by you along with technical literature and leaflets if any. 2. A compliance statement showing the compliance of the item quoted by you with that of item tendered by us should be prepared and enclosed to this. 3. Any other information called for in the tender related technical and specifications can also come in this part. 4. Prices should not be indicated in this cover. Part (b) Commercial Terms: (Without Prices) 1. The commercial terms applicable for the item quoted by you should be indicated in this part. 2. If any compliance statement is called for the commercial terms / contractual terms and conditions, the same is to be attached in this part. 3. Prices should not be indicated in this part. However a copy of the price bid (without prices) can be enclosed in this part to enable to understand whether all the items required to be quoted by you have been quoted in the price bid. Alternatively a statement is to be made indicating that you have quoted prices for all the items as per the tender and enclosed in the Price Bid as per the format. 4. The Commercial terms such as delivery terms, delivery period, payment terms, Warranty, validity of the offer, installation & commissioning, duties and taxes etc., shall come into this. Notes: 1. Either Technical Specifications or terms & conditions as above should be very clearly reflected item-wise with reference to the items called for in the tender. 2. Please note that the PRICE SHOULD NOT BE indicated in this part. 3. Technical and Commercial part as described above shall be prepared and put it in a sealed cover & super scribed and addressed as follows: Tender No. : Due Date : PART I : Technical & Commercial Bid From: The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015
2) Part II: Price Bid 1. The prices applicable for the items, item-wise in response to the tender shall come into this part. 2. Tenderer shall indicate very clearly item-wise prices with reference to their technical offer. 3. Price part prepared as above shall be enveloped and superscribed as follows: Tender No. : Due Date : PART II : Price Bid From : The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015 3) The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as above along with Tender fee cover (if applicable) should be inserted in another envelope and superscribed as follows: Tender No. : Due Date : Part I & Part II are individually sealed and kept inside: (DD towards tender fee also is kept inside) From: The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015 Important Notes: 1. Being a Two-Part Tender, fax/mail quotations will not be accepted. Please ensure your offers are received by post before due date and time. 2. In case you are going to download the documents from our website and submitting the offer, you are requested to submit the demand draft towards Tender fee in a separate cover along with a covering letter duly superscribing on the cover Tender fee in respect of Tender No.. 3. Quotations submitted contrary to above instructions are liable to be rejected.
भ रत सरक र अ त रक वभ ग अ त रक उपय ग क (इसर ) आ ब व ड वस त र प.ओ. अहमद ब द 380 015 (भ रत) द रभ ष +91-79-2691 3051/98 फ क न. : +91-79-2691 5835/02/48 Government of India Department of Space SPACE APPLICATIONS CENTRE (ISRO) Ambawadi Vistar P.O. Ahmedabad 380 015 (INDIA) Telephone : +91-79 2691 3051/98 Fax No. : +91-79 2691 5835 / 02 /48 Email: publictender@sac.isro.gov.in न वद स चन स. स क / प ट / 08 / 2015-16 Tender Notice No.SAC/ PT / 08 / 2015-16 नयत त थ.स. S.N न वद न. Tender No. स क ववरण Brief Description 4B(अपर 3 बज तक) 5BDue on (up to 3 pm) 3. AHEG 201500070301 Fabrication & Delivery of SAC Designed RFIC (Two Part Tender) 30-09-2015
GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE AHMEDABAD 380 015, INDIA PURCHASE & STORES INVITATION TO TENDER Ph No: Fax 079-2691 3067 079-2691 5848/02/35 Date :03/09/2015 M/s 000000 Our Ref No : AHEG 2015-000703-01 Tender Due: 15:00 Hrs ISTon 30/09/2015 Opening : 15:30 Hrs ISTon 30/09/2015 Dear Sirs, Please submit your sealed quotation, in the Tender Form enclosed here along with the descriptive catalogues / pamphlets /literature,superscribed with Our Ref.No. and Due Date for the supply of the following items as per the terms & conditions mentioned in Annexure( Form No: As per overleaf. ) S.No. Description of Items with Specifications Unit Quantity 1 Fabrication and Delivery of SAC Designed Front-end Receiver RFIC. RFP attached. each 1 DELIVERY AT: MODE OF DESPATCH DUTY EXEMPTIONS SAC, STORES BY AIR FRE We are exempted from the payment of excise/customs duty. SPECIAL INSTRUCTIONS Mention validity, warranty, payment terms & delivery terms. SPECIFIC TERMS As per overleaf. INSTRUCTIONS TO TENDERERS: Detailed specifications as per Annexure. Please mention our ref. no. AHEG 201500070301 (DF/81) and tender due date on your quotation & envelope. Please note that this is a TWO-PART TENDER. Send your quotation as per attached instructions only. Quotation not confirming to the instructions will be rejected. Fax quotations will not be accepted. Technical & Commercial Compliance statement confirming compliance with all the point of Tech & Commercial annexures enclosed with the tender document shall be submitted along with the offer. In absence of the same, your offer shall be summarily rejected. Please submit your offer along with Demand Draft equivalent to Rs.545/- towards the cost of Tender Fees in favour of "ACCOUNTS OFFICER, SAC, AHMEDABAD". LIQUIDATED DAMAGES If the supplier fails to deliver the Products within the time specified in order or any extension thereof, the purchase shall recover from the supplier as Liquidated Damages a sum of zero point five percent (0.5%) of order value of the undelivered products for each calendar week of delay- The total Liquidated Damages shall not exceed 10% (ten percent) of total order value. PERFORMANCE BANK GUARANTEE: The Supplier shall furnish a Performance Bank Guarantee for 10% of the Order Value from a Nationalized or scheduled Bank which should be valid till the completion of warranty period.
GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE AHMEDABAD 380 015, INDIA PURCHASE & STORES Ph No: Fax 079-2691 3067 079-2691 5848/02/35 Date :03/09/2015 BALRAJ SINGH PUR & STORES OFFICER For and on behalf of the President of India The Purchaser
A REQUEST FOR PROPOSAL (RFP) For Fabrication and delivery of SAC designed Front-end Receiver RFIC SPACE APPLICATIONS CENTRE INDIAN SPACE RESEARCH ORGANISATION GOVERNMENT OF INDIA AHMEDABAD - 380 015 INDIA Page 1 of 11
CONTENTS Sr. Description Page No. No. 1. INTRODUCTION 3 2. EXHIBIT A: Scope of Work, Delivery Schedules, deliverables, 4-7 Warranty and Proprietary Rights 3. EXHIBIT B: General guidelines for preparing quotation, process 8-10 specifications, Process design kit requirement, Design review details 4. EXHIBIT C: Proposed RFIC Designs 11 Page 2 of 11
INTRODUCTION Following the success of GPS, many new global navigation systems have evolved or are in various stages of evolution. India is also moving ahead with its own regional navigation system. Indian regional navigation satellite system (IRNSS) is an independent regional navigation satellite system being developed by India to provide position information service. RFIC development for miniaturized RF front-end is to be carried out for IRNSS user receiver. For development of miniaturized RF front-end of IRNSS user receiver, the Department of Space (DOS) of the Government of India, through its SPACE APPLICATIONS CENTRE (SAC) of Indian Space Research Organization (ISRO), is planning to develop RFICs to be used in user receiver. It is proposed to develop the Prototype RFIC using 0.18µm Silicon Germanium (SiGe): BiCMOS process for L and S-band RF Front-ends. After successful completion of this prototype phase, production phase for RFICs will begin. With the above objectives in mind, SAC has plans: To get RFICs developed in order to reduce size, weight & DC power requirements of the navigation user receiver, while improving the repeatability and reliability. To have a contract with the company to supply above RFICs for 5 10 years. It is required that vendor provides all technical data necessary, in case this is not already in public domain the vendor is requested to obtain necessary clearance. This document consists of different Exhibits as listed below: EXHIBIT A: Gives the details about the Scope of Work, delivery schedules, list of deliverables, warranty terms and proprietary rights. EXHIBIT B: Gives the guidelines which vendor shall follow for preparing the response against this RFP. EXHIBIT C: Gives the overview of RFICs to be designed and developed using the proposed process. Page 3 of 11
EXHIBIT A (A.1) SCOPE OF WORK SAC/ISRO Responsibility A.1.1. SAC takes up design of the RFIC named IRNSS_Receiver_RFIC proposed in the RFP. A.1.2. IRNSS_Receiver_RFIC consists of RF sub-circuits i.e. Low Noise Amplifier (LNA), Mixer, IF variable attenuator, IF amplifier, Analog to digital converter (ADC), Voltage Controlled Oscillator (VCO), frequency synthesizer etc. at L-band and S-band. A.1.3. SAC plans to use following process of the foundry for the design of IRNSS_Receiver_RFIC. 0.18µm Silicon Germanium (SiGe): BiCMOS process Vendor Responsibility A.1.4. Quote for the above process in Multi Project Wafer (MPW) run in prototype phase for die sizes specified in EXHIBIT B, Table Tb-1. A.1.5. Provide detailed information related to foundry background and about components developed by foundry for other agencies (RFICs similar to SAC requirements). A.1.6. Provide Process Design Kit (PDK) and hands-on training using PDK. The training is preferred at SAC. A.1.7. Provide MPW schedule of foundry from initialisation of contract to delivery of RFIC. A.1.8. Delivery of minimum 30 numbers of visually good IRNSS_Receiver_RFICs. Joint Responsibility A.1.9. The designs will be reviewed jointly by the foundry and SAC. Final design rules check (DRC) and Layout versus Schematic (LVS) checks are to be performed by the foundry and reports should be shared with SAC. Support from foundry in DRC and LVS is required during final tape out. Page 4 of 11
Table Ta-1 shows the responsibilities of SAC and the foundry. Table Ta-1 SAC Foundry (1) Supply of RFIC design libraries (PDKs) compatible to ADS, MWO(optional) and Cadence including statistical data. (2) Training using foundry PDK. (3) Sufficient foundry and process related material of the mentioned process for realization of proposed circuits. (4) Options of DRC in ADS, MWO & Cadence is preferred. (5) Design of IRNSS_Receiver_RFIC (6) DRC, LVS (7) Design Review These designs will be reviewed jointly by the foundry and SAC. Foundry support in DRC and LVS is required during final tape out. (8) Final layout in GDS II (9) Multi project wafer run (10) Delivery of IRNSS_Receiver_RFIC as per section A.3. (A.2) Delivery Schedule The Time Schedule shall be as per Table Ta-2. Table Ta-2 Sr. No. Activity Activity Carried by 1. Training Foundry * T 0 2. Design review and acceptance SAC + ** T 1 of design Foundry 3. Multi project wafer run (mask Foundry *** T 2 making, wafer fabrication, dicing etc.) Start End Activity duration (Weeks) T 0 +1 = T 1 1 T 1 +4 4 T 2 +20= T 3 20 4. Delivery of visually good dies Foundry T 3 T 3 +5 5 *T 0 : Indicates date of agreement. **T 1 : Indicates date of supply of complete layout gds files to foundry by SAC Page 5 of 11
***T 2 : Indicates date of MPW run for the foundry. (A.3) DELIVERABLES Following are the list of deliverables: A.3.1. A.3.2. Diced SAC designed IRNSS_Receiver_RFIC of Multi Project Wafer run of 0.18µm SiGe: BiCMOS process. Minimum quantity of visually good circuits is 30. Data package consisting of: Standard PCM data including parameters given in table Ta-3. Table Ta-3 Sr. No. Parameter 1. Threshold voltages 2. Breakdown voltages 3. Saturation currents 4. Current gain Beta 5. Sheet resistance for metal layers and resistors 6. Contact resistance for vias (A.4) PACKAGING, STORAGE AND TRANSPORTATION A.4.1. A.4.2. A.4.3. A.4.4. IRNSS_Receiver_RFICs shall be packaged in ESD safe waffle/gel packs (maximum 10 dies per pack), to ensure that they are isolated from electrical, mechanical and environmental damage. The packages for the devices shall be purged with nitrogen or evacuated, so that the devices are not exposed to external environment. The packaging shall be so as to prevent effect of mechanical shocks, humidity and dust. In addition to other mandatory shipping marking, the following additional marking shall appear on the shipping package in bold letters. HANDLE WITH CARE ESD SENSITIVE TO BE OPENED UNDER CLEAN ENVIRONMENT WITH ESD PROTECTION ONLY STORE IN A COOL AND DRY PLACE. Page 6 of 11
It is to be noted that pink poly-foam shall not be used for packing of the individual devices, as it has a corrosive effect on gold plating of the device body and leads. (A.5) WARRANTY A.5.1. The supplier hereby warrants that the products to be supplied under this order shall confirm fully to the specifications laid down in all respects including material, workmanship and performance, and shall continue to so during warranty period specified below. A.5.2. For a period of 12 Months from the date of delivery of products for any defects related to fabrication discovered therein or any defects therein found to have developed under proper use arising from faulty materials. The supplier shall remedy such defects at his own cost, whenever notified by the Purchaser in writing. (A.6) PROPRIETARY RIGHTS A.6.1. Vendor is required to have a non-disclosure agreement with SAC. A.6.2. The RFIC designs will be a property of SAC and will not be reproduced anywhere without permission of SAC. Page 7 of 11
EXHIBIT B (B.1) GENERAL GUIDELINES FOR PREPARING QUOTATION B.1.1. B.1.2. B.1.3. B.1.4. B.1.5. B.1.6. B.1.7. B.1.8. B.1.9. The vendor is requested to acknowledge the receipt of this RFP and his willingness/ability to respond and quote against this RFP. The vendor must ensure that his quotation along with all the details reaches SAC before the due date. The vendor is requested to examine the RFP thoroughly and offer compliance/non-compliance point by point. In case of noncompliance, the deviation from the specified parameter shall be furnished and for complied parameters the vendor specification (better or same) shall be provided. Vendors are also advised to give their comments with proper justification if some parameter details are to be highlighted by the vendor. If the realization of the specifications or the conduct of any test has any significant technical/cost impact, the same should be clearly brought out while providing compliance. It is necessary for the vendor to furnish complete information as required in various exhibits of this RFP for proper evaluation and assessment of their proposal. Vendor is required to quote for imparting training to SAC engineers (preferred at SAC), for design review and for fabrication of RFICs (MPW mode). The vendor can attach additional information, if any, which may provide more information on these products. Minimum and maximum tile size is to be mentioned by the vendor. SAC personnel need to interact foundry for design kit, design manual & process review. The quotation shall consist of two parts: PART-1: Detailed Technical Proposal giving all details as per RFP including commercial details with price masked. PART-2: Commercial Details giving cost, payment terms and other financial details in separate sealed envelope. B.1.10. The commercial quotation should include the following details shown in Table Tb-1: Page 8 of 11
Table Tb-1 (0.18µm SiGe: BiCMOS Process) Sr. Activity No. 1. Design Review including DRC and LVS checks 2. Multi project 5mm x 5mm wafer run (mask First MPW making, wafer 5mm x10mm fabrication, dicing etc.) for Second MPW 5mm x 5mm given options of (optional for die sizes SAC, mandatory 5mm x10mm for vendor to quote) 3. Any other cost not covered above Total Cost (B.2) PROCESS SPECIFICATIONS Table Tb-2 shows the process specifications. Table Tb-2 (0.18µm SiGe: BiCMOS Process) Sr. Process parameter Specification No. 1. Transistor technology 0.18 µm SiGe : BiCMOS 2. Cut-off Frequency (f T ) >35 GHz 3. Device Types (for RF and digital circuits) Heterojunction Bipolar Transistors (emitter widths up to 0.15µm), NMOSFETs & PMOSFETs (gate lengths up to 0.18µm), MOS Varactor, diodes. 4. Operating Voltages 3.3V ( MOSFETs & HBTs) 5. Passives MIM Capacitors, Poly resistors and metal resistors, Spiral inductors, Via-holes. 6. NF min and Associated Gain for an HBT NF min 0.7 db @2.5GHz; 1.5dB @ 10GHz Gain > 12 db @2.5 GHz; >10dB @ 10GHz Page 9 of 11
7. Isolation Deep trench, Deep NWell 8. Number of metal levels > 3 (B.3) PROCESS DESIGN KIT Process Design Kit should have: B.3.1. B.3.2. B.3.3. B.3.4. B.3.5. B.3.6. B.3.7. B.3.8. Linear & Non Linear scalable RF models for active devices including statistical and noise models Scalable RF models and statistical models for passives Scalable RF and statistical models for MOS varactors and diodes Models of via holes for interconnection between various metal layers RF/DC Pads Substrate and metal definition for EM simulation ESD design library Foundry is also recommended to provide options such as - DRC online with ADS, MWO and Cadence in process design kit. (B.4) Design Review B.4.1. B.4.2. SAC designed IRNSS_Receiver_RFIC will be reviewed jointly by the foundry and SAC. DRC and LVS checks are to be performed by the foundry. Foundry support in DRC and LVS is required during final tape out. Page 10 of 11
EXHIBIT C PROPOSED DESIGNS It is the responsibility of SAC to design the RFIC named IRNSS_Receiver_RFIC using the design library supplied by the foundry, while fabrication of circuits & supply of RFIC chips are responsibilities of the foundry. IRNSS_Receiver_RFIC is proposed to be designed and developed using 0.18µm SiGe : BiCMOS process as mentioned below: IRNSS_Receiver_RFIC for L-band and S-band Receivers: Various types of sub-circuits will be part of IRNSS_Receiver_RFIC. List of subcircuits to be designed and fabricated using this process are given below: Low Noise Amplifier Mixer IF variable attenuator IF amplifier Analog to Digital Converter - 4bit Voltage controlled oscillator Frequency synthesizer Note: SAC can also add new designs in above mentioned designs as per project requirements. Page 11 of 11
GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE PURCHASE DIVISION Tele No: +91 079 2691 3067 Fax No: +91 079 2691 5848/02/35 Email Id: balrajsingh@sac.isro.gov.in INSTRUCTIONS TO TENDERERS AND TERMS & CONDITIONS OF TENDER (Foreign) 1. The Tenderers should submit quotations in sealed envelope, superscribing the Tender No. and due date of opening and complete in all respects with technical specifications, including pamphlets and catalogues. Separate instructions, if any in this regard should be strictly complied with. 2. A Proforma Invoice may also be given which should contain the following information: a) The FOB/FCA value, for import by Sea freight / Air freight up to Ahmedabad and for air parcel post up to Ahmedabad should be separately indicated. b) Agency Commission: The amount of commission included in the price and payable to the Indian Agent of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees on the basis of an Invoice from him applying T.T. buying rate of exchange ruling on the date of placement of the Purchase Order and which shall not be subject to any further exchange variations. This payment will be released to the Indian Agent after receipt and acceptance the goods in India. c) The Contractor shall invoice only for the net amount payable to him, after deducting the amount of Agency Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser. However, the Contractor's invoice should separately reflect the amount of commission payable to his Indian Agent. d) The earliest delivery period and country of origin of the Stores. e) Banker's name, address, telephone/fax Nos. & e-mail ID of the Contractor. f) The approximate net and gross weight and dimensions of packages / cases. g) Recommended spares for satisfactory operation for a minimum period of one year beyond warranty. h) Details of any technical service, if required for erection, assembly, commissioning and demonstration. 3. The FOB/FCA prices quoted should be inclusive of all taxes, levies, duties arising in the tenderer's country. 4. The offer should be valid for a minimum period of 90 days or longer if called for from the due date of opening of the tender. 5. Samples, if called for, should be sent free of all charges. 6. Late and delayed tenders will not be considered. Quotations by fax must be followed by detailed offers. 7. Offers made by Indian Agents on behalf of their Principals, should be supported by the proforma invoice of their Principals. a) In a tender either the Indian Agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender.
b) If an agent submits bid on behalf of the principal/oem, the same agent shall not submit a bid on behalf of another principal/oem in the same tender for the same item/product. 8. We are exempted from Customs/Excise Duties. 9. The details of Import Licence will be furnished in the Purchase Order. 10. The authority of person signing the tender, if called for, shall be produced. 11. Instructions / Operation Manual containing all assembly details including wiring diagrams should be sent wherever necessary in duplicate. All documents / correspondence should be in English language only. 12. The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without assigning any reason. 13. It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in writing by the Purchaser. 14. a) Part shipment is not allowed unless specifically agreed to by us. b) As far as possible stores should be despatched by Indian Flag Vessels / Air India through an Agency nominated by us. 15. Inspection / Test Certificate should be provided for the goods after testing it thoroughly at the Contractor's works. If any Inspection by Lloyds or any other testing agency is considered necessary, it shall be arranged by Contractor. 16. Where erection or assembly or commissioning is a part of the Contract, it should be done immediately on notification. The Contractor shall be responsible for any loss/damage sustained due to delay in fulfilling this responsibility. 17. For items having shelf life, those with maximum shelf life should be supplied if order is placed. 17. No request for extension for due date for submission of tenders will be entertained. 18. Unsigned quotations will be rejected. 19. In case, the vendors are falling under the category of MSME, registered under NSIC and would like to avail exemptions, their quotations should be accompanied with necessary registration certificate with declaration to consider their offer. Quotation received without such declaration and valid registration certificate will not be considered for exemptions under Public Procurement Policy. TERMS AND CONDITIONS 1. DEFINITIONS: (a) The term 'Purchaser' shall mean the President of India or his successors or assignees. (b) The term 'Contractor' shall mean, the person, firm or company with whom or with which the order for the supply of stores is placed and shall be deemed to include the Contractor's Successors, representatives, heirs, executors and administrators unless excluded by the Contract. (c) The term 'Purchase Order' shall mean the communication signed on behalf of the Purchaser by duly authorised officer intimating the acceptance on behalf of the Purchaser on the terms and conditions mentioned or referred to in the said communication accepting the Tender or offer of the Contractor for supply of stores, plant, machinery or equipment or part thereof. (d) The term 'Stores' shall mean what the Contractor agrees to supply under the Contract as specified in the Purchase Order.
2. PRICES: Tenders offering firm prices will be preferred. Where a price variation clause is insisted upon by tenderer, quotations with a reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at the time of tendering and also the formula for any such variations. However, such clauses will be subject to final acceptance by Purchaser. 3. TERMS OF PAYMENT: 3.1 Being a Department of the Government of India, the normal terms of payment are by Sight Draft. However other terms of payment like establishment of Letter of Credit may be considered by the Purchaser on such terms and conditions as may be agreed upon. 3.2 The Sight Draft / Letter of Credit will be operative on presentation of the under mentioned documents: a) Original Bill of Lading / Airway Bill b) Commercially certified invoices in triplicate, describing the stores delivered, quantity, unit rate and their total value. The invoice should indicate discounts, and Agency Commission if any separately. c) Packing List showing individual dimensions and weight of packages. d) Country of Origin Certificate in duplicate. e) Test Certificate. f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser. g) Warrantee and guarantee Certificate/s vide Clause 20 herein below 4. IMPORT LICENCE: Reference to Import License No. & date and Contract number & date shall be prominently indicated in all the documents vide Para 3.2. 5. DEMURRAGE: Supplier shall bear demurrage charges, if any, incurred by the Purchaser due to delayed presentation of shipping documents as prescribed in Para 3.2 to the bankers beyond a reasonable time (say within 10-12 days) from the date of bill of lading for sea consignments and within 3-4 days from the date of Air Way Bill for air consignments. 6. ADDRESS OF INDIAN AGENT:. 7. GUARANTEED TIME OF DELIVERY: The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the essence of the Contract. Delivery must be completed within the date specified therein.
8. INSPECTION AND ACCEPTANCE TESTS: 8.1 The Purchaser's representatives shall also be entitled at all reasonable times during manufacture to inspect, examine and test on the Contractor's premises the material and workmanship of all stores to be supplied under the Contract and if part of the said stores is being manufactured on other premises, the Contractor shall obtain for the Purchaser's representative permission to inspect, examine and test as if the equipment were being manufactured on the Contractor's premises. Such inspection, examination and testing shall not release the Contractor from the obligations under this Contract. 8.2 For tests on the premises of the Contractor or of any of his sub- Contractors, the Contractor shall provide free of cost assistance, labour, material, electricity, fuel and instruments as may be required or as may be reasonably needed by the Purchaser's representative to carry out the tests efficiently. 8.3 When the stores have passed the specified test, the Purchaser's representative shall furnish a certificate to the effect in writing to the Contractor. The Contractor shall provide copies of the test/s certificates to the Purchaser as may be required. 9. MODE OF DESPATCH: Generally, stores should be despatched through Indian Flagged Vessel / Air India or through any other Agency nominated by the Purchaser. A copy of the invoice and packing list should invariably be kept inside each of the packages. 10. PORT OF ENTRY: FOR AIR SHIPMENTS: AHMEDABAD (Via Mumbai, if required) FOR SEA SHIPMENTS: NHAVASHEVA/Mumbai Seaport 11. CONSIGNEE: Sr. Purchase & Stores Officer, Central Stores, Space Applications Centre (SAC), Ahmedabad 12. SHIPPING MARKS: The mark on the shipping documents such as invoice, bill of lading and on the packages should be as follow: PURCHASE ORDER NO... DATED. GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE Destination:... & Port of Entry:... 13. INSURANCE OF THE STORES: The necessity or otherwise of insurance will be as indicated in the Purchase Order.
14. CONTRACTOR'S DEFAULT LIABILITY: 14.1 The Purchaser may upon written notice of default to the Contractor terminate the Contract in whole or in part in circumstances detailed hereunder: a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the time specified in the Contract/agreement or within the period for which extension has been granted by the Purchaser to the Contractor. b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of this Contract. 15. In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the Purchaser reserves the right to Purchase, upon such terms and in such a manner as he may deem appropriate, stores similar to that terminated and the Contractor shall be liable to the Purchaser for any additional costs for such similar stores and/or for liquidated damages for delay as defined in Clause 19 until such reasonable time as may be required for the final supply of stores. 15.1 If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights provided in this Article, may require the Contractor to transfer title and deliver to the Purchaser under any of the following clauses in the manner and as directed by the Purchaser: a) Any completed stores. b) Such partially completed stores, drawing, information and Contract rights (hereinafter called manufacturing material) as the Contractor has specifically produced or acquired for the performance of the Contract as terminated. The Purchaser shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the Purchaser and for manufacturing material delivered and accepted. 15.2 In the event the Purchaser does not terminate the Contract as provided in Clause 14, the Contractor shall continue the performance of the Contract in which case he shall be liable to the Purchaser for liquidated damages for delay as set out in Clause 19 until the stores are accepted. 16. REPLACEMENT: If the stores or any portion thereof is damaged or lost during transit, the Purchaser shall give notice to the Contractor setting forth particulars of such stores damaged or lost during transit. The replacement of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in the intended usage of the Stores. In case the Purchaser agrees, the price towards replacement items shall be paid by the Purchaser on the basis of original price quoted in the tender or as reasonably worked out from the tender. 17. REJECTION: In the event that any of the stores supplied by the Contractor is found defective in material or workmanship or otherwise not in conformity with the requirements of the Contract specifications, the Purchaser shall either reject the stores or request the Contractor, in writing, to rectify the same. The Contractor, on receipt of such
notification, shall either rectify or replace the defective stores free of cost to the Purchaser. If the Contractor fails to do so, the Purchaser may at his option either: a) Replace or rectify such defective stores and recover the extra cost so involved from the Contractor, or b) Terminate the Contract for default as provided under Clause 14 above, or c) Acquire the defective stores at a reduced price considered equitable under the circumstances. The provision of this article shall not prejudice any other rights of Purchaser's under the Contract including recovery of liquidated damages for delay. 18. EXTENSION OF TIME: If the completion of supply of stores is delayed due to reasons of force majeure such as acts of god, acts of public enemy, acts of Government, fires, floods, epidemics, quarantine restriction, strikes, freight embargoes, etc., the Contractor shall give notice within 15 days to the Purchaser in writing of his claim for an extension of time. The Purchaser on receipt of such notice after verification, if necessary, may agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms and conditions of the Contract. 19. DELAY IN COMPLETION / LIQUIDATED DAMAGES: If the Contractor fails to deliver the stores within the time specified in the Contract or any extension thereof, the Purchaser shall recover from the Contractor as liquidated damages a sum of one-half of one percent (0.5%) of the Contract price of the undelivered stores for each calendar week of delay. The total liquidated damages shall not exceed ten percent (10 %) of the Contract price of the portion of stores so delayed. Stores will be deemed to have been delivered only when all their component parts are also delivered. If certain components are not delivered in time, the stores will be considered as delayed until such time as the missing parts are delivered. 20. GUARANTEE & REPLACEMENT: a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down for material, workmanship and performance. b) For a period of twelve months (or such period as agreed upon by the parties) after the acceptance of the stores, if any defects are discovered therein or any defects therein are found to have developed under proper use arising from faulty materials, design or workmanship, the Contractor shall remedy such defects at his own cost provided he is called upon to do so within a period of 14 months (or such period as specified in Contract) from the date of acceptance thereof by the Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty. c) If in the opinion of the Purchaser it becomes necessary to replace or renew any defective stores, such replacements or renewals shall be made by the Contractor free of all costs to the Purchaser provided the notice informing the Contractor of the defect is given by the Purchaser in this regard within the said period of 14 months (or such period as specified in Contract) from the date of acceptance thereof.
d) Should the Contractor fail to rectify the defects, the Purchaser shall have the right to reject or repair or replace at the cost of the Contractor the whole or any portion of the defective stores. e) The decision of the Purchaser, notwithstanding any prior approval or acceptance or inspection thereof on behalf of the Purchaser, as to whether or not the stores supplied by the Contractor are defective or any defects has developed within the said period of 12 months (or such agreed period) or as to whether the nature of the defects requires renewal or replacement shall be final, conclusive and binding on the Contractor. f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above, the Contractor shall, at the option of the Purchaser, furnish a Bank Guarantee (as prescribed by the Purchaser - Bank Guarantee format enclosed) from a Bank approved by the Purchaser for an amount equivalent to 10% of the value of the Contract along with first shipment documents. On the performance and completion of the Contract in all respects, the Bank Guarantee will be returned to the Contractor without any interest. g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival of stores at Purchaser's site. h) Even while the 12 months guarantee applies to all stores, in case where a greater period is called for by our specifications, then such a specification shall apply, and in such cases, the period of 14 months referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months. 21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORES/SPARE PARTS ORDERED: The Contractor shall also undertake the supply of additional number of items covered by the order as considered necessary by the Purchaser at a later date, the actual price to be paid shall be mutually agreed to after negotiations. 22. PACKING: a) The Contractor wherever applicable shall pack and crate all stores for sea / air shipment as applicable in a manner suitable for export to a tropical humid climate, in accordance with internationally accepted export practices and in such a manner so as to protect it from damage and deterioration in transit by road, rail or sea for space qualified stores. The Contractors shall be held responsible for all damages due to improper packing. b) The Contractor shall ensure that each box / unit of shipment is legible and properly marked for correct identification. The failure to comply with this requirement shall make the Contractor liable for additional expenses involved. c) The Contractor shall notify the Purchaser of the date of shipment from the port of embarkation as well as the expected date of arrival of such shipment at the designated port of arrival. d) The Contractor shall give complete shipment information concerning the weight, size, content of each packages, etc. e) Transhipment of equipment shall not be permitted except with the written permission of the Purchaser.
f) Apart from the despatch documents negotiated through Bank, the following documents shall also be airmailed to the Purchaser within 7 days from the date of shipment by sea and within 3 days in case of air-consignments: a) Commercial Bill of Lading / Air Way Bill / Post parcel Receipt. (Two non-negotiable copies) b) Invoice (3 copies) c) Packing List (3 copies) d) Test Certificate (3 copies) e) Certificate of Origin. The Contractor shall also ensure that one copy of the packing list is enclosed in each case. 23. ARBITRATION: If at any time any question, dispute or difference whatsoever shall arise between the Purchaser and the Contractor upon or in connection with this Contract, either party may forthwith give to the other notice in writing of the existence of such question, dispute or difference and the same shall be referred to the adjudication of two arbitrators, one to be nominated by Purchaser, other by a Contractor and in the event of any difference of opinion, the arbitrators will refer the matter to the umpire. The arbitration shall be conducted in accordance with the rules and procedure for arbitration of the International Chamber of Commerce at Paris. The expenses of the arbitrators and umpire shall be paid as may be determined by them. However, the venue of such arbitration should be in India. 24. LANGUAGE AND MEASURES: All documents pertaining to the Contract including specification, schedule, notice, correspondence, operating and maintenance instructions, drawings or any other writings shall be written in English language. The metric system of measurement shall be used exclusively in the Contract. 25. INDEMNITY: The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this Contract are free and clean of infringement of any patent, copyright or trade mark and shall at all times indemnify the Purchaser against all claims which may be made in respect of stores for infringement of any right protected by Patent, Registration of design or Trade Mark, and shall take all risk of accident or damage which may cause a failure of the supply from whatever cause arising and the entire responsibility for the sufficiency of all the means used by him for the fulfilment of the Contract. 26. COUNTER TERMS AND CONDITIONS OF SUPPLIERS: Where counter terms and conditions/printed or cyclostyled conditions have been offered by the bidder, the same shall not be deemed to have been accepted by the Purchaser unless specific written acceptance thereof is obtained.
27. SECURITY INTEREST: On each item to be delivered under this Contract, including an item of work in progress in respect of which payments have been made in accordance with the terms of the Contract, Purchaser shall have a security interest in such items which shall be deemed to be released only at the time when the applicable deliverable item is finally accepted and delivered to the Purchaser in accordance with the terms of the Contract. Such security interest of the Purchaser shall constitute a prior charge as against any other charge or interest created in respect of such items by any entity. 28. BANK CHARGES: While the Purchaser shall bear the bank charge payable to his Bankers (State Bank of India), the Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising amendment commissions. 29. TRAINING: The Contractor shall, if required by the Purchaser, provide facilities for the practical training of Purchaser's engineering / technical personnel from India and for their active association on the manufacturing processes throughout the manufacturing period of the Contract / stores. Number of such personnel to be mutually agreed upon. 30. APPLICABLE LAW: The Contract shall be interpreted, construed and governed by the laws of India. PACKING INSTRUCTIONS 1. In tune with the requirement of international plant protection convention of the FAO, UN the following has become mandatory with immediate effect. 2. All packing materials of any kind of plant origin used for packing shall require treatment including hear-kiln treatment at 56 degree centigrade for a minimum of 30 hours of methylbromide fumigation at 48g/cum for 32 hours of chemical impregnation as per international standards. 3. If the consignments are sent without the aforesaid certificate, all demurrages and other charges for treatment etc. will be to the account of the suppliers. 4. This aspect also should be taken care of while submitting the offers. 5. If the packaging material being used for your product does not come under the category material of plant origin (i.e. Leaves, grass, wood etc.) Please certify the same in your quote and ignore the above instructions. However, the same should be ascertained at the time of actual shipment if the order is awarded to you. ***
STANDARD TENDER FORM (Seal of the Company) TENDER FORM From:......... To: The Sr. /Purchase & Stores Officer,... (Name of the Centre/Unit)... Dear Sir, Tender No.:... Due on:... Ref. No.:... Date:... I/We hereby offer to supply the stores detailed below at the price hereunder quoted and agree to hold this offer open till I/we shall be bound to supply the stores hereby offered upon the issue of the Purchase Order communicating the acceptance thereof on or before the expiry of the last mentioned date. You are at liberty to accept any one or more of the items of stores tendered for or any portion of any one or more of the items of such stores. I/We, notwithstanding that the offer in this tender has not been accepted in whole, shall be bound to supply to you such items and such items and such portion or portions of one or more of the items as may be specified in the said Purchase Order communicating the acceptance: Sl. No. Description Quantity Unit Rate Rs. Delivery Date Note: All the rates should be given both in figures and words Place at which delivery will be made Date by which the ordered item/s will be supplied 2. I/We have understood the items of the tender annexed to the invitation to tender and have thoroughly examined the specifications/drawing and/or pattern quoted or referred to herein and am/are fully aware of the nature of the stores required and my/our offer is to supply the stores strictly in accordance with the requirements subject to the terms and conditions stipulated in the enquiry and contained in the Purchase Order communicating the acceptance of this tender either in whole or in part. Date: Signature of Tenderer
Compliance Statement required to be filled and enclosed along with the technical and commercial bid by the vendor. Sr. Commercial terms No. 1. Delivery terms (Ex-works, FOB, FCA, etc.) Purchaser is having an air consolidation contract and their freight forwarder will arrange to collect the consignment from your premises/will take the responsibility for onward transmission from the point of delivery as per INCOTERMS 2010. This is applicable for import cases. 2. Packing charges (inclusive/exclusive) 3. Delivery period (in weeks/months) 4. Payment terms: Our standard term is Sight Draft (import) Within 30 days from the date of acceptance (indigenous). 5. Country of origin To be declared in the invoice. 6. Name and address of the Indian Agent.(if any) 7. Percentage of agency commission included in the quoted price payable in Indian Rupees only directly to the Indian Agent. 8. Validity of the offer Minimum of 120 days from the date of opening. 9. If you are an Indian Agent, please enclose the authorization letter of your Principal and confirm that whether you have enrolled with DGS&D as per rules. 10. In a tender, either the Indian agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender. 11. If an agent submits bid on behalf of the Principal/OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender for the same item/product. 12. Cost of spares Included in the price bid / not included. 13. Will you be able to provide consumables/spares for 10 years? 14. Taxes and duties : Compliance/Remarks/Comments by Vendor Taxes in India to the account of Purchaser. Outside India to Seller s/contractor s account. Please indicate your Tax Registration Number. Wherever installation involved, Income Tax @ 2% will be deducted from the bill and a certificate issued. Installation in India will attract Service Tax @ 12.36%. If required, orders for supply and installation can be issued separately. Work order will attract work contract tax as per rules. Please confirm whether you have included WCT in your offer.
Customs Duty Exemption Certificate (CDEC) will be issued by Purchaser. Hence no CD is to be included in your offer wherever applicable. Please indicate rate of the Sales Tax/VAT applicable. Octroi Duty/Entry Tax exempted. Exemption certificate will be issued, if required. Purchaser is eligible for full Excise Duty exemption. Excise Duty exemption certificate will be issued. 15. No Insurance is required at Purchaser s cost. 16. For two part bids two separate sealed envelopes are to be sent duly superscripted as follows : 1. Technical & Commercial Bid 2. Price Bid Please refer instructions. 17. Wherever EMD/tender fee is payable Provide the same in the form of crossed Demand Draft in favour of The Accounts Officer, SAC, Ahmedabad along with the bid but in a separate cover or along with technical bid. On the back side of the D.D, please write your company s name. 18. Language to be used in all correspondence English 19. Measurements Metric system to be followed 20. Whether prequalification of your facility procedure completed (if applicable). 21. Warranty period We need minimum 3 years from the date of acceptance. In case the product has a standard warranty of 1 year, confirm that additional 2 years warranty cost is indicated in the price bid/prices. However the warranty requirement if projected in RFP shall prevail. 22. Defective/rejected items if any, are to be replaced free of cost. 23. Confirm whether you will be able to provide samples if called for, free of cost. 24. Approximate weight (net and gross) of the consignment. 25. Instruction/operational manual to be supplied free of cost. 26. Supply and installation is subject to Purchaser s acceptance. 27. LC extension charges to your account, in case of delay from your side. 28. Items from latest production batch only are to be supplied. 29. Wherever Export Licence required, payment will be made after getting export licence and after confirmation by the supplier, with a copy of Export Licence. 30. Bank Guarantees (from Nationalised/ Scheduled Bank/ Bank approved by Purchaser. Advance payment for the equal value valid till the completion of contract/acceptance, is to be provide by you. Towards issue of Free Issue Material by Purchaser for the value of the material issued, is to be provided.
The Bill of material for the material used for the Fabrication work and available balance to be prepared by you and countersigned by the User Department is to be sent along with the final bill for arranging the balance/payment. Towards Performance of the Contract and Product for 10% value valid till the expiry of warranty period. 31. Security Deposit is to be submitted to SAC by the successful bidder (wherever applicable )on awarding the contract 32. Training free of cost to be imparted at Purchaser s site. 33. Bank charges wherever applicable shall be paid by Purchaser/Contractor to their respective Bankers. 34. Arbitration proceedings Within India as per provisions of Arbitration and Conciliation Act 1996. 35. Liquidated Damages @ 0.5% per week for the delayed portion maximum 10% of the contract value. 36. Force Majeure conditions applicable? 37. Acceptance of Fall clause. The rates as per the charges of the Contract should not in any event exceed the lowest rates, the supplier charge to any other party or organization. If at any time during the period of contract, the supplier reduce the charges to any other party, then they shall forth-with notify such reduction to Sr. Head, Purchase & Stores, SAC and reduce the contract rates subsequently, from the date of coming into force of such reduction. 38. You are requested to indicate the registration number; you have for Sales Tax/Service Tax as the case may be with concerned Government authorities. Also you are requested to provide company registration details wherever applicable along with copy of the company registration certificate. The offers received without the above information will be summarily rejected.
Instructions for Two Part Tender We are proposing to invite tenders in two parts viz. Part I : Technical and Commercial Part II: Price All tenderers are requested to carefully follow the following instructions before preparing their offer. 1) Part I: Technical & Commercial Bid Part (a) Technical 1. This part should contain detailed specifications of the items quoted by you along with technical literature and leaflets if any. 2. A compliance statement showing the compliance of the item quoted by you with that of item tendered by us should be prepared and enclosed to this. 3. Any other information called for in the tender related technical and specifications can also come in this part. 4. Prices should not be indicated in this cover. Part (b) Commercial Terms: (Without Prices) 1. The commercial terms applicable for the item quoted by you should be indicated in this part. 2. If any compliance statement is called for the commercial terms / contractual terms and conditions, the same is to be attached in this part. 3. Prices should not be indicated in this part. However a copy of the price bid (without prices) can be enclosed in this part to enable to understand whether all the items required to be quoted by you have been quoted in the price bid. Alternatively a statement is to be made indicating that you have quoted prices for all the items as per the tender and enclosed in the Price Bid as per the format. 4. The Commercial terms such as delivery terms, delivery period, payment terms, Warranty, validity of the offer, installation & commissioning, duties and taxes etc., shall come into this. Notes: 1. Either Technical Specifications or terms & conditions as above should be very clearly reflected item-wise with reference to the items called for in the tender. 2. Please note that the PRICE SHOULD NOT BE indicated in this part. 3. Technical and Commercial part as described above shall be prepared and put it in a sealed cover & super scribed and addressed as follows: Tender No. : Due Date : PART I : Technical & Commercial Bid From: The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015
2) Part II: Price Bid 1. The prices applicable for the items, item-wise in response to the tender shall come into this part. 2. Tenderer shall indicate very clearly item-wise prices with reference to their technical offer. 3. Price part prepared as above shall be enveloped and superscribed as follows: Tender No. : Due Date : PART II : Price Bid From : The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015 3) The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as above along with Tender fee cover (if applicable) should be inserted in another envelope and superscribed as follows: Tender No. : Due Date : Part I & Part II are individually sealed and kept inside: (DD towards tender fee also is kept inside) From: The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015 Important Notes: 1. Being a Two-Part Tender, fax/mail quotations will not be accepted. Please ensure your offers are received by post before due date and time. 2. In case you are going to download the documents from our website and submitting the offer, you are requested to submit the demand draft towards Tender fee in a separate cover along with a covering letter duly superscribing on the cover Tender fee in respect of Tender No.. 3. Quotations submitted contrary to above instructions are liable to be rejected.
भ रत सरक र अ त रक वभ ग अ त रक उपय ग क (इसर ) आ ब व ड वस त र प.ओ. अहमद ब द 380 015 (भ रत) द रभ ष +91-79-2691 3051/98 फ क न. : +91-79-2691 5835/02/48 Government of India Department of Space SPACE APPLICATIONS CENTRE (ISRO) Ambawadi Vistar P.O. Ahmedabad 380 015 (INDIA) Telephone : +91-79 2691 3051/98 Fax No. : +91-79 2691 5835 / 02 /48 Email: publictender@sac.isro.gov.in न वद स चन स. स क / प ट / 08 / 2015-16 Tender Notice No.SAC/ PT / 08 / 2015-16 नयत त थ.स. S.N न वद न. Tender No. स क ववरण Brief Description 6B(अपर 3 बज तक) 7BDue on (up to 3 pm) 4. AHAD 201500078701 House Keeping Services for Cleaning (Two Part Tender) 05-10-2015
M/s 000000 GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE AHMEDABAD 380 015, INDIA PURCHASE & STORES INVITATION TO TENDER Our Ref No : AHAD Ph No: Fax 079-2691 3067 079-2691 5848/02/35 Date :03/09/2015 2015-000787-01 Tender Due: 15:00 Hrs ISTon 05/10/2015 Opening : 15:30 Hrs ISTon 05/10/2015 Dear Sirs, Please submit your sealed quotation, in the Tender Form enclosed here along with the descriptive catalogues / pamphlets /literature,superscribed with Our Ref.No. and Due Date for the supply of the following items as per the terms & conditions mentioned in Annexure( Form No: AS PER ATTACHED.) S.No. Description of Items with Specifications Unit Quantity 1 House keeping services for cleaning of SAC Campus, BOPAL Campus & Kendriya Vidhyalaya, Vastrapur, Ahmedabad for a period of one year as per attached RFP. (TWO PART TENDER) Month 12 DELIVERY AT: MODE OF DESPATCH DUTY EXEMPTIONS SAC STORE ON SITE -- SPECIAL INSTRUCTIONS NIL SPECIFIC TERMS AS PER ATTACHED. INSTRUCTIONS TO TENDERERS: NOTE: 1) QUOTATION SHOULD BE SUBMITTED WITH EMD RS.2,00,000.00 ( TWO LAKHS ) BY CROSSED IN THE FORM OF DD/FDR ISSUED BY ANY SCHEDULED BANK IN FAVOUR OF "ACCOUNTS OFFICER, SPACE APPLICATIONS CENTRE, AHMEDABAD." 2) PLEASE SUBMIT YOUR OFFER ALONGWITH TENDER FEE RS. 545.00 IN FAVOUR OF "ACCOUNTS OFFICER, SPACE APPLICATIONS CENTRE, AHMEDABAD." 3) THIS IS A TWO PART TENDER KINDLY SUBMIT YOUR QUOTATION AS PER ATTACHED TERMS & CONDITIONS. PANKAJ KUMAR DHAKAR PUR & STORES OFFICER For and on behalf of the President of India The Purchaser
REQUEST FOR PROPOSAL (RFP) FOR HOUSEKEEPING SERVICES FOR CLEANING OF SAC CAMPUS, BOPAL CAMPUS & KENDRIYA VIDYALAYA, VASTRAPUR, AHMEDABAD SPACE APPLICATIONS CENTRE INDIAN SPACE RESEARCH ORGANISATION AHMEDABAD - 380 015 1
1.0 INTRODUCTION The purpose of this RFP is to have unskilled Housekeeping Personnel for the day to day routine cleaning tasks like sweeping / cleaning / scrubbing / vacuum cleaning etc., all shall be carried out by machines/manually, other cleaning works such as cleaning of walls, glass, ceiling, furniture, equipments, etc., shall also be cleaned regularly by the approved cleaning materials and other allied work in various buildings of SAC Campus, Bopal Campus, Kendriya Vidhyalaya. The service provider will provide unskilled housekeeping Personnel to various buildings on a need basis. Presently 99 unskilled Housekeeping Personnel, 7 Nos. Supervisors are deployed in various buildings in SAC Campus, list of areas (buildings etc.) where deployment is required is enclosed. Under this Housekeeping service contract, continuous interactions with Scientists / Engineers / Lab in Charge Personnel is required for most of the work and hence the service provider s personnel will be mostly required to work within SAC Campus, Bopal Campus & Kendriya Vidhyalaya Ahmedabad. 2.0 SCOPE OF WORK: The scope of this contract is restricted only to outsourcing of Housekeeping services to be carried out by suitably experienced personnel of the service provider in consultation with Scientists / Engineers / Lab in Charge Personnel in various buildings. (A) ROAD & OPEN AREA OF CAMPUS: Pavement blocks/rcc driveway/asphalted/brick pavement: Cleaning, sweeping and washing road (Washing road as & when required) the entire campus comprising of roads, open spaces, walkways, courtyards, terrace with walk behind sweeping Machine. Collection of garden refuse, Dry leaves, rubbish, Kitchen Waste, common waste etc. in Black Garbage Bag, Removing of dead birds and animals and burying them. (B) INSIDE THE OFFICE BUILDINGS, ROOMS: Clean all the rooms/furniture s & Collect all garbage Clean all cabin door glasses with window glass cleaning kit Dry vacuuming of the carpets with vacuum cleaner Wet mopping of all the floor areas of Labs/rooms once or more times a day as required with fit mop and approved reagent Dry mopping of the granite/marble floor area regularly Spray air freshener (room freshener) approved brand (C) BATHROOMS & TOILET BLOCKS DAILY Clearing and cleaning of dust bins Thorough cleaning of the mirrors with approved reagent. * Cleaning of the wash basin and around area with approved reagent. * Cleaning of the water taps Cleaning of W/C with toilet cleaner with approved reagent. * Wipe properly toilet doors inside and outside Cleaning of urinals twice a day with approved reagent. *, three naphthalene cubes to be always kept in each urinal. 2
Check toiletries like toilet rolls, hand wash soap. Check drains are clear of debris and running freely Wet mopping of floor minimum twice a day and whenever required with Sp. toilet round brush. One Odonil Pkt always there in each toilet. Wet cleaning of W/C and seat minimum twice a day and whenever required with approved reagent. * (D) WEEKLY CLEANING ALL AREAS Thorough cleaning of window and door glasses with window glass cleaning kit Spot cleaning of carpet with carpet shampooing machine Cleaning of Switchboards with dry duster Floor scrubbing of kitchen and cafeteria with scrubber dryer machine Thorough cleaning of lobbies with auto scrubber with approved reagent * Scrubbing of bath rooms floors and walls with scrubber dryer with approved reagent * Cleaning of chair base with approved reagent * Vacuum cleaning of partitions with back pack vacuum cleaner. 2.1 USU NATURE OF WORKS: ( * NOTE: PLEASE REFER ANNEXURE-II FOR MATERIAL LIST.) The Agency would be required to keep experienced personnel in proper uniform at each location for the said Jobs. It is suggested that in order to maintain basic minimum standard of cleanliness, the following requirement to be undertaken. 2.2 QUALIFICATIONS & EXPERIENCE OF USU PERSONNEL: 2.2.1 The Service personnel should have following essential and desirable qualifications: Essential Qualification For USU & SSU:- (Unskilled Service unit & Semi skilled service unit) 7 th std. pass with minimum one year working experience in relevant field for USU personnel. Desirable Qualifications for USU:- USU personnel should be able to read & write in Gujarati / Hindi / English. 2.2.2 Selection procedure will be followed in order to ensure the quality of service units. After initial screening and short listing SAC reserves the right to check the practical working ability of the service units. Decision of SAC will be final and binding in this respect and can not be challenged. 3.0 TOTAL USU WORKLOAD: 3.1 One Unskilled service personnel working for 8 (Eight) Hours per day by which can be continuous or in parts / shift, during working hours, beyond working hours, on working day or holiday, is defined as One Unskilled service unit. 3
3.2 One Semi Skilled Service Unit (SSU) means one skilled service personnel working for 8 (Eight) Hours per day by which can be continuous or in parts / shift, during working hours, beyond working hours, on working day or holiday, is defined as One Skilled Service Unit. 3.3 Total work load shall be as specified in Annexure - III and the contract will be valid for one year. 3.4 In case of short fall of services or extra units of service deployed, in providing assistance on a particular day, payment will be made on the basis of working hours converted in to corresponding service units. 4.0 SELECTION CRITERIA FOR USU PROVIDERS Under this Contract, the Service Provider will be providing assistance to Scientists / Engineers / Lab in - Charge in the various divisions / buildings. 4.1 Service provider must be a company in existence for a minimum of 3 years on the date of issue of this tender, with necessary relevant experience in providing such services (Attach relevant Service contracts copies, and/or other supporting documents). The service provider must have experience of providing services (similar) involving engagement of manpower, the quantum of which is not less than 50 per day (average) for a period of one year, during last 3 years. Satisfactory Documentary evidence in this connection only can qualify an agency to participate in bidding. SAC s decision in this respect shall be final and binding. 4.2 Service provider s office must be located within 100 km radius from Ahmedabad. Service provider shall provide all local contact information like address, landline phone, mobile numbers, Fax number etc. The service provider must address any issues reported to him w.r.t. the service contract within 8 hours of such notification by Officer-in-Charge. 4.3 Service provider shall submit copies of I.T. returns, Service Tax Returns and Audited financial statements for last three years, copy of PAN card etc. along with tender document. These should be in the name of the firm which has submitted the bid. 4.4 In addition to the above, the following documents shall also be enclosed along with the bid document. 1. Copy of Registration of the firm. 2. Service Tax No. 3. Copy of valid labour license obtained for any previous contract serviced. 4.5 a) Service provider has to provide the list of regular USU employees employed with their establishment. b) Service Provider s Company / firm should not have been banned or black-listed by any Government Department / Central Government Unit / Public Sector Unit / Financial Institutions / Court. c) Service Provider shall attach work completion / experience Certificates from reputed user agencies. Such certificates should not be more than three years old from the date of this tender. 4
4.6 If required, SAC Officers may visit the Service Provider s premises for verification of information related to work orders/space/manpower etc. and other infrastructure facilities claimed. The bid of Service Provider, who is not able to substantiate/satisfy the technical requirements laid down in this RFP, is liable to be rejected. 5.0 SAC reserves the right to accept or reject any offer fully or partly without assigning any reasons if the rates quoted are not rationale and viable. SAC also reserves the right to enter into parallel contracts with one or more service providers, if required. 6.0 CONTRACT MANAGEMENT (A) RESPONSIBILITIES OF SAC-IN-CHARGE:- SAC Contract-In-Charge will be the overall coordinator and supervisor. As the work of assistance is to be carried out at different buildings at different locations within SAC, BOPAL Campus & Kendriya Vidyalaya,Vastrapur. The deployed USU will work as per the instructions from respective facility / Lab in charge on day-to-day basis. (B) RESPONSIBILITIES OF THE SERVICE PROVIDER:- 6.1 Service Provider will submit the list of short listed candidates (USU) to be deployed along with their bio-data and other personal details like Photographs, ID Proof, residential address, contact phone / mobile Nos., etc. These USU Personnel shall be Indian nationals only. 6.2 The Service Provider will deploy the USU Personnel to carry out the work from the SAC approved list only. 6.3 The Service Provider has to arrange for uniform to all the personnel, deployed for rendering services under this Service Contract. 6.4 Service Provider will ensure that all the USU Personnel deployed in SAC are bonafide employees of the Service Provider. The Service Provider can not subcontract this work to any other entity or agency. 6.5 Service Provider is required to obtain the Police Verification of the deployed USU Personnel at his own expenses and submit the same to SAC authorities. 6.6 Service Provider will deploy the USU to carry out the work within 15 days of the award of contract after fulfilling other terms and conditions like police verification etc. 6.7 Service Provider must employ USU in sufficient numbers to take care of the additional or extra workload that may arise from time to time, during the contract duration within the limits defined under section 3.0 of this RFP. Service Provider should be able to provide any additional USU support within short notice but not exceeding one week. SAC also reserves the right to decrease or increase the numbers of USU at any time. 6.8 Service Provider will ensure that the USU Personnel deployed by him at SAC are available for the respective work for the total duration of the contract and frequent changes of the personnel to be avoided. 5
6.9 There should not be any break in USU Services provided due to absence of any personnel for a prolonged period. The Service Provider has to ensure suitable replacement at the earliest and within 7 days for the same. Decision of Officer-in-Charge shall be final and binding in this matter. 6.10 SAC will not be responsible for any contingency arising out of the deployment of the Service Provider s personnel in SAC premises. The Service Provider will be responsible for the safety of the deployed USU Personnel. SAC shall not be responsible for any accident / injury / loss of life of Service Provider s USU Personnel due to natural calamities, accidents etc. The Service Provider shall submit an Indemnity Bond, indemnifying SAC / ISRO from any claims that may be filed by the staff deployed by the Service Provider, against accidents / loss / injury that may arise during their stay at SAC premises. 6.11 Service provider shall make his own arrangements for conveyance, food, etc. for the Personnel deployed by him under this service contract. 6.12 (A) Service Provider is required to replace immediately or within 7 days, the USU Personnel found unfit or unsuitable for the work assigned, during the tenure of the contract. 6.12 (B) As the site of work is in the restricted area, the Service Provider is required to obtain Photo Identity Card (PIC) for his staff, to be issued by Admn. Officer through SAC, Police Verification certificates are to be obtained for all the staff to be deployed by him under this contract. Any other formalities as applicable / enforced from time to time shall be complied with at no extra cost. No claim what so ever on this shall be allowed. Incidental expenses incurred towards PIC shall be borne by the Service Provider; Cost of photo ID card shall be borne by the Service Provider. At present the cost of the card is Rs. 50/-. For any loss or damage of the card Rs. 200/- will be charged as penalty, and the Service Provider shall lodge an FIR with the police and copy shall be provided. 6.13 Service Provider and his employees shall abide by the security guidelines and rules followed in SAC from time to time. Whenever the Service Provider or his employees have to enter SAC, they should carry entry passes, issued by SAC; and should produce the same as and when demanded. Their movement shall be restricted to only those places / Offices / laboratories where they are authorized to enter and work. 6.14 Service Provider will be required to adhere by the law of the land, in writing, with respect to protection of employees rights and benefits while servicing this Contract. 6.15 Service Provider will also be required to adhere by the applicable statutory rules and laws of the land, laid down by Government of India and Government of Gujarat such as Contract Labour Act 197O, EPF Act 1932, ESI act 1948, Payment of Wages Act 1936 and Workmen Compensation Act 1923 etc. regarding the minimum wages, benefits and rights for these USU Personnel like PF / ESIC, monthly wage statement, leave statement etc. The payment to the workers must be witnessed by authorised SAC personnel and must certify the same in the wage register. The service provider must pay minimum wages as applicable based on circular issued by the labour commission from time to time. Any revision in the minimum wage as compared to the one prevailing on the date of opening of the price bid, will be automatically effective based on notification by Labour Commissioner. The Service Provider shall maintain printed muster rolls with their name on each page and produce the same for inspection as and when required. 6
7.0 TECHNICAL TERMS AND CONDITIONS i. The work in general shall be carried out in accordance with the Specifications and as per direction of Officer-In-Charge. ii. iii. iv. The prices are as per Rate Schedule at Annexure-I. The labour charges only shall be changed to confirm to minimum wage fixed by the Government from time to time during the currency of this work contract. Material costs shall be firm & fixed during entire period of this works Contract. The Service Provider shall be responsible to arrange at his own cost all necessary tools, machinery, all other materials etc. required for execution of the work. Samples of all materials required for execution of the work shall be got approved from the Officer-in-Charge. Materials suggested in our list or manufactured by Firms and approved by the Officer-in-Charge shall only be used. If any of the material suggested by us is out of stock/manufacturing, the same should be brought to our notice for further action for finding alternate materials. Materials classified as "First Quality" by the manufacturer only shall be used unless otherwise specified. In case materials bearing BIS Certification mark are not available, the quality of samples brought by the Service Provider shall be judged by the standards laid down in the relevant BIS specifications. All materials and articles brought by the Service Provider to the site for use shall conform to the samples approved by the Officerin-Charge which shall be preserved till the completion of the work. v. The Service Provider shall maintain registers for materials and chemicals as required by the Officer-in-Charge. These registers shall be signed by the Service Provider or by his authorized representative and the Officer-in-Charge of the work or his authorized representative. vi. vii. viii. ix. The work is required to be executed in SAC premises, Bopal Campus, Kendriya Vidyalaya, Vastrapur which are very important locations, and both speed and quality of execution are to be maintained by the Service Provider. The Service Provider shall ensure quality work in a planned and time bound manner. Any sub standard material/ work beyond set out tolerance limits shall be summarily rejected by the Officer in-charge. The Officer in-charge shall be authorized to give instructions to the supervisor of the Service Provider at Purchaser's premises on all matters relating to, this work. Similarly, the authorized supervisor of the Service Provider shall report on all matters concerning the above work to the in-charge. Surprise / Periodical inspection will be conducted by in-charge. The Service Provider has to ensure that the services are not disturbed either due to absenteeism or due to willful act of his staff. Maximum care and precautions shall be taken to avoid any Service break down. In case workforce deployed by the Service Provider resort to any kind of industrial action, the Service Provider shall arrange to deploy alternate work force of sufficient strength and competence to maintain the normal operations. x. The detailed technical schedule for cleaning of various buildings along with the details of machines & chemicals to be used (with specified brands & makes) and frequency of various cleaning Operations required to be carried out is specified in Annexure (II, III, & IV) which shall be strictly adhered to. 7
xi. xii. xiii. xiv. xv. xvi. xvii. xviii. xix. xx. The Service Provider shall have to clean the area as per minimum periodicity mentioned in Scope of Work or as instructed by Officer-in-Charge of a particular building. The cleaning may have to be done more frequently if required for proper cleaning of various buildings upon the instructions of the Officer-in-Charge for which no extra payment shall be made The Service Provider shall submit daily schedule for cleaning plan so as to help the SAC officers to monitor and check that the cleaning work is being done according to the periodicity required / instructed by officer-in-charge. The Service Provider shall work in close coordination with officials working in various buildings / labs and modify working schedule if required as per users' convenience. No claim, whatsoever on this account shall be entertained. The sweeping / cleaning / scrubbing / vacuum cleaning etc, all shall be carried out by machines only. However in exceptional cases where cleaning is not possible with machines manual cleaning will be permitted with specific approval of Officer-in-Charge. Tools & materials shall not be supplied by SAC and Service Provider will have to make his own arrangements at his own expense for all machines, chemicals, materials, toiletries, consumables etc. All the materials / chemicals / consumables brought to site shall be protected suitably, duly wrapped / packed & stored so as to avoid any damage during loading / transportation / unloading & handling due to weather conditions etc. at any stage. Materials and chemicals of approved quality and brands as mentioned in Annexure-II only shall be used. In case any material / chemical required to be used is not available in the market only due to reasons such as ban on usage by Government, withdrawal by the manufacturer or other reasons NOT attributable to the Service provider, equivalent material of the same quality can be used only after written approval by Officer-in-Charge in writing. The cleaning material shall not cause any damage to the floor, fittings and fixtures. The consumption of material and chemicals shall be regulated as per manufacturer's specifications. Machines brought to the work-site by Service Provider will be the property of the Service Provider and will be stored and maintained by Service Provider at their own cost and risk. Machines / equipments brought by the Service Provider should always be in working conditions. If any defects occur in the machinery, Service Provider shall make alternative arrangement to maintain the premises at his own cost. If there is failure in providing satisfactory service due to machine failure or whatsoever other reasons for more than 5 days, recovery be made at the rates specified in tender document for number of days for which machines remain non-functional/services are not provided, to satisfaction at Officerin-charge. The frequency of cleaning mentioned against specific tasks is minimum required. However, in addition to the scheduled cleaning of works mentioned in the "Scope of work, other cleaning works such as cleaning of toilets, corridors, terrace, open yard, walls, glass, ceiling, furniture, equipments, etc., shall also be taken up regularly. 8
xxi. xxii. The Service Provider shall deploy minimum of 99 Workers and 7 Supervisors to carry out the total work. The contract will be initially for one year and can be extended further for one more year, if the work and compliance by the service provider are found satisfactory by the purchaser and such extension is mutually agreeable to both the parties. 8.0 GENERAL TERMS AND CONDITIONS: 8.1 The work shall be carried out in the manner complying in all respects with the requirements of relevant byelaws of the local body under the jurisdiction of which the work is to be executed or as directed by the Officer-in-Charge and nothing extra shall be paid on this account, apart from those heads for which provision for reimbursement is already made in this Contract. All such reimbursement shall be strictly against documentary evidence to be submitted, by the Service Provider with claim for reimbursement. 1. The Service Provider shall abide by various rules, laws, statutes as laid down by the appropriate Government, Civic bodies etc. w.r.t. payment of wages and all other related matters. 2. The Service Provider shall take all precautions to avoid accidents by exhibiting caution boards, red flags, red lights and providing necessary barriers and all other measures required from time to time. The Service Provider shall be responsible for all the damages and accidents due to negligence on his part. 3. The Service Provider shall give due notices to Municipality, Police, Security and /or other authorities that may be required under the law/ rules under force and obtain all requisite licenses for temporary obstructions / closures and pay all charges which may be liable on account of his execution of the work under the agreement. Nothing extra shall be payable on this account. 4. No assistance of any kind including foreign exchange shall be made available by the Purchaser for the purchase of equipment, plants, machinery, materials of any kind or any other items required to be carried out in execution of this work contract. Payment will be made in Indian currency only for the executed work, as per rates fixed in Annexure-I or any subsequent amendments to the same, duly approved and accepted by Purchaser in writing. 5. The Service Provider shall execute his work in such a manner that no damage is made to the existing property of SAC. 6. The Service Provider shall arrange his work, so as not to interfere with or hinder the progress or completion of the work being performed by other Service Provider (s) or by the Officer-in- Charge and shall as far as possible arrange his work and shall place and dispose off the materials being used or removed so as not to interfere with the operations of other Service Providers. He shall arrange his work with that of the others in an acceptable and coordinated manner and shall perform it in proper sequence to the complete satisfaction of Officer-in- Charge. 7. The Service Provider shall not store materials or otherwise occupy part of the site in a manner likely to hinder the operations of the Purchaser's facility and or work being carried out by other Service Provider(s). 9
8. Department shall not be responsible for any loss of material used by the Contactor at site. 9. Income tax as per Income tax rules and any other tax / levy will be recovered from the gross amount of the bill. 10. Water as may be reasonably required for cleaning services will be made available by the Purchaser free of cost. 11. Electricity as may be reasonably required to operate various equipment/machines will be made available by the department free of cost. However the Service Provider shall arrange the necessary electrical fittings and cables etc. for taking the electrical power from nearest electrical point to the work site at his own cost. 12. If at any time the work or Conduct of any worker is found unsatisfactory by Purchaser, such persons shall be removed by the Service Provider immediately with suitable substitute. 13. The Service Provider shall at their sole cost and expenses furnish and provide for rendering services covered by this agreement to the entire satisfaction of Officer - in- Charge. 14. The Service Provider shall attend to any complaints received in connection with the services immediately. Any failure will attract penalty. 15. The work force deployed for this job contract shall be the regular employee of the Service Provider. The Service Provider shall be responsible for the recruitment, detainment and retrenchment of the employee of their establishment and for settlement of dispute arising out of the terms and conditions of services of the personnel. 16. UNIFORMS: The Service Provider shall provide two over coats/ T Shirts with half sleeves for each of their personnel in accordance with colour scheme pattern approved by Officer in-charge. The Service Provider shall ensure that the personnel deployed by him wear approved uniform while on duty. The uniform shall be clean and ironed. Any failure on this account shall be attract penalty. Personnel without uniform shall not be allowed to enter the Campus. In case of absenteeism, provisions w.r.t. penalty for short supply of services shall be applied. 17. SAC reserves the right to immediately step in and carryout a part or whole of the work entrusted under this contract in case of any default or unsatisfactory performance by the Service Provider without resorting to the formalities of issuing notices, etc. for rescinding the contract and the Service Provider would have no claim for compensation in such cases. This provision shall be implemented without prejudice to any other terms of the Service Contract. 18. PAYMENT: Monthly running payments will be made in the following month after deducting any taxes, recoveries, penalties, etc which the Service Provider might have rendered himself liable. Payment will be made on monthly basis against submission of the bills by the Service Provider duly certified by the Contact Person and 10
approved/cleared by the Officer in Charge/Engineer-in-Charge, SAC at the end of month "along with Satisfactory Job Completion Voucher (JCV) in triplicate, shall be submitted to the Senior Accounts Officer (Bills), SAC, Jodhpur Tekra, Ahmedabad 380015 for arranging payment. The labour charges (wages, PF & ESI only) shall be automatically revised based on notification by Labour Commissioner as and when notified. Service Provider shall submit such notifications to Accounts Officer with bill while claiming wage revisions. All other costs will be firm and fixed during the contract period. 19. OFFICER IN CHARGE: Officer in charge for all matters relating to the Service Contract shall be nominated at the time of award of the Contract. The Officer-in-charge shall represent the Purchaser w.r.t. all matters relating to the implementation of the Service Contract. 20. The Purchaser reserves the right to terminate the contract after following the conditions specified in the tender document. Such notices shall be served by registered post or by hand, at the respective address. Not withstanding the above, the Service Provider shall continue to provide the services as required in the contract till alternate arrangements are made by Purchaser. 21. The Service Provider shall not award or extend any sub-contract for a part or full portion of this contract to any third party, without the prior written permission from the Purchaser. 22. The Service Provider shall take all necessary precautions to prevent any nuisance or inconvenience to the owners, tenants and to the public in general and to prevent any damage to such properties and any pollution of smoke, streams and waterways. He shall make good, at his cost and to the satisfaction of the Officer-in-Charge, any damage to Purchaser's property or public or private property whatsoever caused thereon by the Service Provider. Entire waste or superfluous materials shall be carried away by the Service Provider to the satisfaction of the Officer in-charge. 23. No inflammable materials shall generally be allowed to be stored at site. However reasonable quantity may be permitted for storage subject to the compliance of all rules & instructions issued by the competent department and as per the direction of Officer-in-Charge. 24. In the event of any restrictions being imposed by CISF, Purchaser himself or any other department having jurisdiction in the area on the working or movement of labour / material, the Service Provider shall strictly follow such restrictions and nothing extra shall be payable to the Service Provider on this account. The loss of time on this account, if any, shall have to be made up by generating additional resources etc. 11
25. General Security restrictions are given as under: (a) Labour huts/stay of workmen will not be allowed at site. (b) Names and addresses of labourers, staff etc. working at site shall be furnished. (c) The labourers/staff should not be changed too frequently once the verification of the character and antecedents is done. (d) As and when there will be security requirements certain additional restriction (s) can be imposed as per the requirement of the situation. This should be followed by the Service Provider without fail. (e) No claim whatsoever will be entertained by the department on account of restriction (s) imposed by the security agencies in execution of work including temporary suspension of work due to VVIP movements. (f) The Service Provider shall be responsible for behavior and conduct of his labourers. No labourer with doubtful integrity or having a bad record shall be engaged by the Service Provider. (g) The Service Provider will be responsible for and liable to pay compensation for any damage or loss to the property of SAC as a result of negligence / carelessness of any of his employees. This amount shall be recovered from the payment due to the Service Provider. 26. The Service Provider is to execute the different items of cleaning of various building. Toilets, office floor etc., for all floor heights & levels for which nothing extra shall be paid. Unless otherwise provided in the schedule of quantities, the rates tendered by the Service Provider shall be all inclusive and shall apply to all heights, lifts, leads and depths of the building and nothing extra shall be payable to him on this account. 27. No payment shall be made for any damage caused by rain, snowfall, flood or any other natural calamity, whatsoever, to the Service Provider's Machinery, Equipments, materials etc. stores at the site, during the execution of the work. 28. If at any time it appears to the Officer-in-Charge that quality of work does not conforming to the approved standards, the contract will be terminated by giving 15 days notice, without any liability on purchaser's part. 29. The department shall provide reasonable space for storage of machines, material and chemicals as per availability for which no rentals for space' will be recoverable. However, no extra payment shall be admissible for carriage / shifting etc. 30. The existing site is very costly and with intricate finishing on walls, ceiling and floors etc. Service Provider shall make necessary arrangements at his own cost to prevent any damage to existing work due to any of his activities. The Service Provider shall be responsible for any damage to the site fixtures etc. due to his activities and shall make good the same at his own risk & cost. The decision of Officer-in-Charge regarding cause and cost of damage shall be final. In case the Service Provider fails to make good 12
the damage to the entire satisfaction of Officer-in-Charge, it shall be done at his risk & cost by the Officer-in-Charge. 31. The Service Provider shall dispose off garbage, rubbish & other unserviceable materials and waste at their own cost to the notified/ specified dumping ground and under no circumstances these shall be stacked / dumped even temporarily within the building, or the surrounding premises. (Except Garden waste) 32. Materials and chemicals required shall have to be brought by the Service Provider in advance for each month at his own cost. It may be noted that the material and chemicals required shall have to be brought at site and shall be kept in the safe custody of Officer-in-Charge. 33. The standard of sanitation/ cleanliness shall always be to the satisfaction of the authorized representative of the Officer-in-Charge whose decision in this regard shall be final and binding on the Service Provider. In case of default, Officer-in-Charge may get the improvement done at the cost of agency without any notice. 34. The Service Provider shall take at his own cost, if required, necessary insurance cover in respect of staff and other personnel to be employed or engaged by him in connection with the aforementioned services to be rendered to Purchaser and shall comply with all relevant labour laws as applicable to the area as existing or as may be mentioned during the contract period and shall indemnify SAC against all acts of omissions, fault, breaches and or any claim or demand, loss, injury and expenses to which SAC may be party or involved as a result of Service Provider's failure to comply and of the obligation under the relevant act / law which the Service Provider is bound to follow. 35. If any material is not mentioned in Service Contract, but required at site for cleaning work, same shall be brought by Service Provider with the approval of Officer-in-Charge at no extra cost to Purchaser. 36. The Service Provider should deploy minimum number of machines as per requirement. The machines brought on site will not be allowed to be taken away except for repairs, till completion of work without specific permission from Officer-in-Charge in writing. The register indicating machines numbers etc. for identification will be prepared on the day of start of work and will be open for inspection by the officers of SAC or otherwise as approved by Officer-in-Charge. In case of any short fall on a particular day the recovery shall be made at the rated in tender document. Equipment / machines for cleaning work at his own cost. 37. The cost of running charges of machines shall be borne by the Service Provider and nothing extra is payable in this respect. 38. Agencies are required to produce valid registration/ license for ESI / EPF before start of work. 39. Service Provider has -to produce documentary evidence regarding payment of ESI, EPF as per prevailing rates of the Government on quarterly basis or as and when asked for. 13
40. The Service Provider should be able to carry out any additional work, if required, with additional manpower. However, Purchaser s decision in this respect shall be final and binding. 41. All Consumables such as Air fresheners, Deodorizers, Dusters, Brooms, Cleaners, Mops and other accessories and attachments etc. are required to be provided in accordance with Annexure II in original (OEM) packing. This shall be inspected by the Officer-in- Charge before putting them to use and only on his approval. 42. All machines shall be exclusively used for Purchaser's premises. 43. A penalty of Rs.400/- per day will be imposed on the Service Provider for not deploying the machinery as required or break in services for more than 5 days starting from first day of such event till service s are restored satisfactorily. 44. Settlement of Disputes: It is specifically agreed by and between the parties that all the difference or disputes arising out of the agreement or touching the subject matter of the agreement shall be decided by the process of settlement and arbitration under the provisions of the Indian Arbitration & Conciliation Act 1996 or any statutory modification or re-enactment thereof and the rules made there under and for the time being in force. Courts in Ahmedabad alone shall have exclusive jurisdiction over the same. 45. Notice of default: Notice of default given by either party to the other under the agreement shall be written and shall be deemed to have been duly and properly served upon the parties here to if delivered against acknowledgement duly addressed to the other party at the address mentioned hereby above. 46. SAC reserves the right to terminate the contract at any time without giving any notice. 47. Parallel Contract/Adhoc Contact: The Purchaser reserves the right to enter into parallel contract (s) / and of ado contract (s) simultaneously or at any time during the currency of the contract with one or more agencies. 48. Earnest Money Deposit (EMD)/Security Deposit: An amount of Rs. 2,00,000/- (Rs Two Lakhs Only) shall be remitted along with the bid, by crossed Demand Draft / Fixed Deposit Receipt (FDR) drawn on State Bank of India, ISRO Branch, Ahmedabad the DD/FDR shall be drawn in favor of Accounts Officer, Space Applications Centre, Ahmedabad. The EMD shall be forfeited in case of withdrawal of the bid by the Contractor before the Service Contract is awarded. EMD of unsuccessful tenderers shall be refunded without interest within 30 days of award of the contract. 14
49. SECURITY DEPOSIT: An amount equivalent to 10% of annual contract value shall be remitted through Account Payee DD / Fixed Deposit Receipt (FDR) in favour of Accounts Officer, SAC towards Security Deposit by the successful tenderer, EMD shall be adjusted towards Security Deposit and the balance amount shall be remitted by the successful tenderer within 15 days of award of Contract. Security deposit will be forfeited in case of termination of the contract for default /breach on the part of Contractor. On successful completion of the Contract the Security Deposit shall be refunded without interest after recovering any penalties or other dues outstanding on the Service Provider. 8.2 As regards the security of handling of material / equipment and sensitive documents at the site, the arrangement will be worked out by SAC Contract-In-Charge. The USU Personnel of Service Provider will strictly follow the procedures so worked out. SAC reserves right to disqualify any of the Service Provider's USU Personnel deployed for various reasons like incompetence, indiscipline, irregularity, insincerity, disobedience, doubtful credentials / integrity etc. (A) (B) (C) (D) Labour License: Labour license is to be obtained by the Service Provider within one month from date of award of the contract at its own expense. Required documentation if any to be issued by the Purchaser shall be issued on written request by the Contractor submitted to the Officer-in-Charge. The license shall be kept valid for the period of the Contract. Cancellation of the licence by the Labour Commissioner shall be deemed as breach of contract and will lead to forfeiture of security deposit and other remedies available to the Purchaser in accordance with the terms and conditions of the Contract. Welfare measures to be taken by the Service Provider: All relevant facilities like First Aid etc as contemplated in relevant contract manuals shall be provided. Responsibility of Service Provider for payment of Wages: The Service Provider shall be responsible for timely disbursement of wages to the personnel employed by him under this contract. The wages paid shall not be less than the minimum wages notified from time to time by appropriate Government authority. Minimum wages prevailing on the date of publication of this tender are indicated in Annexure-I. It shall be the responsibility of the Contractor to maintain appropriate records confirming compliance to this requirement and produce the same for inspection by Purchaser as and when asked for. Registers of Service Providers: Service Provider shall maintain register of works for each registered establishment in Form XIII. To issue an employment card to each worker in Form XIV. To issue service certificate to every workman on his termination Form XV. (E) Muster Roll Wages Register, Deduction Register and Overtime Register by Service Provider. 15
Service Provider shall- Maintain Muster Roll and a Register of Wages in Form XVI and Form XVII respectively when combined. Maintain Register of wage-cum-muster Roll in Form XVII where the wage period is a fortnight or less. Maintain a Register of Deductions for damage of loss, Register of Fines and Register of Advances in Form XX, Form XXI and Form XXII respectively. Maintain Register of Overtime in Form XXIII. Issue wage slips in Form XIX to the workmen at least a day prior to the disbursement of wages. Obtain the signature of thumb impression of the worker concerned against the entry relating to him on the Register of Wages or Muster Rollcum-Wages Register. Maintain, when governed by Payment of Wages Act, register and records under these rules. * Muster Roll * Register of Wages * Register of Deductions * Register of Overtime * Register of Fines * Register of Advances. Wage slip. Display an abstract of the Act and Rules in English and Hindi and in the languages spoken by the majority of workers in such form as may be approved by appropriate authority. Display notices showing rates of wages, hours of work, wage period, dates of payment, names and addresses of the inspectors and to send to the inspectors and any change forthwith. Any payment including advance must be witnessed by the officer in Charge or his authorised representative and shall sign the register. 8.3 NON-DISCLOSURE AGREEMENT (NDA): Service Provider shall maintain absolute secrecy and security about the information that he may get access to during performance of the Contract which may include but not necessarily limited to documents, locations and plans of the laboratories and buildings in the campus of Purchaser, computers etc. The Service Provider will be required to issue a Non-Disclosure Agreement (NDA) under the seal and signature of appropriate authority at its end undertaking to confirm to above requirements. Any violation or infringement of NDA by the service provider or its personnel shall be deemed to be breach of Contract and shall lead to cancellation of Contract and forfeiture of Security Deposit. Such Contractor shall be barred from participating in any future tenders. 8.4 Under no circumstances shall the USU Personnel deployed by Service Provider claim any right of employment, regular or otherwise, at SAC or ISRO / DOS and related establishments, during and after the end of the contract period. The scope of this Contract is restricted only to outsourcing of USU services. 8.5 FALL CLAUSE: The administrative and material charges quoted by the Service Provider for the USU work, shall in no event exceed the lowest rates charged for services of identical description, to any other party during the validity of the Contract. If, at any time during the said period, the Service Provider reduces the rates for similar work to any other party, he shall forthwith notify such reduction of rates applicable to the undersigned and the rates payable under this contract for the services shall stand correspondingly reduced. 9.0 ARBITRATION IN CASE OF DIFFERENCES OF OPINION Any difference of opinions or disputes that arise during the execution of contract will be mutually discussed and settled between SAC Contract-In-Charge and Service Provider. Any disputes or differences of opinion that remains unresolved thereafter will be referred to arbitration by single Arbitrator appointed by Director, SAC, Ahmedabad. The arbitration shall be conducted in accordance with Indian Arbitration & Conciliation Act 1996 as amended or any 16
other act in effect at the time. Decision of the Arbitrator shall be final and binding on both the parties. 10.0 DURATION OF CONTRACT Period of the Contract will be for One (01) year. 11.0 MONITORING AND TERMINATION OF CONTRACT 11.1 SAC Contract-In-charge and SAC management shall carry out periodic reviews of the progress of the work at various stages during the contract duration. The Service Provider is required to provide all necessary information on this matter, as and when solicited by SAC. 11.2 SAC reserves the right to terminate the Contract or reduce the scope and number of deployed USU any time within the Contract duration at short notice, if the Service Provider fails to provide satisfactory quality USU Services or fails to comply with any of the clauses mentioned above and laid down in the contract. SAC reserves the right to terminate contract at any time without assigning any reason. 11.3 SAC reserves the right to enter in to contract, with one or more USU Service Providers, at any time during the period of this contract. 12.0 PAYMENT TERMS AND CONDITIONS 12.1 Work / Services entrusted for the day shall be completed satisfactorily. The Service Provider will submit consolidated bill for the satisfactory service of the work, duly certified by the concerned user, completed on a Monthly basis in terms of total gross USU along with the attendance certificates to officer in Charge. USU Personnel deployed at various places in SAC may have to work beyond normal working hours to complete the time bound activities. The additional working hours beyond 8 hours a day will be converted to service units and will be accounted for payment. Similarly the absence from the work during working hours will not be payable. 12.2 Payment towards the Services rendered every month shall be made in the next month within 30 days of submission of consolidated bills by the Service Provider. The payment shall be based on the extent of USU work satisfactorily carried out and the Job Completion Certificates / Voucher (JCV) issued by the respective users for having satisfactorily carried out the assigned USU works. Individual JCVs for each USU will be collected by the Service provider and a single consolidated bill should be submitted to SAC Accounts, duly certified by the SAC Contract manager/engineer-in-charge. 12.3 Bills submitted by service providers should be supported with documentary evidences in respect of statutory payments made by him to respective authorities towards PF, ESI, Medical Insurance, salary, etc. while servicing this contract for each service units, which will be verified before release of payments. 12.4 The Service provider is required to submit the documentary proof of wage payment/remittance such as acquaintance rolls, Bank remittance statements & declaration 17
form obtained from service units having received the payment regularly, etc. as and when required for verification. All payment shall be made in presence of officer in charge or his authorized representative. 12.5 Service units are required to work for entire duration of month including Holidays & Saturdays, if called for by the Contract-In-Charge. Service units are required to work after office hours as well. Payment for such services will be made by converting them in corresponding Service Units as defined in the contract. (1 USU/SSU = 1person working 8 hours per day) 12.6 Penalty Clause: If the Service Provider fails to maintain continuity in each and every individual USU Services in any month due to absentees, attrition (persons leaving) etc. beyond 3 consecutive days, penalty charge per absentee, equivalent to 15 % of One (01) USU rate for the period of absence will be recovered from Service Provider s payment for that month. This will be in addition to the amount not payable to the absentee. 12.7 The Service Provider will be responsible for and liable to pay compensation for any damage or loss to the property of Purchaser (SAC) as a result of negligence / carelessness of any of his employees. This amount may be deducted from the payments made at the end of that month. 12.8 Income tax as applicable will be deducted or recovered at source on monthly basis from the payment made to the service providers as per Income Tax act. Certificate of deduction at source shall be issued by the Accounts Officer, SAC. 13.0 SUBMISSION OF TECHNICAL AND COMMERCIAL DOCUMENTS 13.1 The bidders shall submit offers in Two-Parts (A) Techno-Commercial Part (Response to Annexure III, IV & V) (B) Price Part (Response to Annexure I & II) Please refer instructions enclosed with the tender document in this respect. Any offers received in violation of these instructions shall be treated as unresponsive and rejected. IT MAY BE NOTED THAT THE TENDER FEE AND EMD MUST BE ATTACHED ONLY WITH THE TECHNO-COMMERCIAL BID OR SUBMITTED IN A SEPARATE COVER. IN NO EVENT THESE SHALL BE ATTACHED WITH PRICE-BID PART OF THE BID. IF THE EMD AND/OR TENDER FEE ARE NOT RECEIVED WITH TECHNO-COMMERCIAL PART, THE BID SHALL NOT BE CONSIDERED FOR EVALUATION. Each page of bid document shall be duly signed and stamped by the Service provider or his authorized representative including all the pages of RFP (as confirmation of acceptance of terms and Conditions of the tender). The tenders shall be submitted to: SR. HEAD, PURCHASE & STORES, SPACE APPLICATIONS CENTRE, AMBAWADI VISTAR P.O., AHMEDABAD-380015. 18
13.2 All the envelopes containing various parts of the bid document shall be invariably superscribed with the Tender Reference and Tender due date. Delayed / Late tenders due to wrong address, references etc. shall be treated as unresponsive and will not be opened or evaluated. However, such tenders shall also not be returned to the bidders. 13.3 Late or delayed tender offers shall not be considered. It will be the bidder s responsibility to ensure that the tender is submitted before the due date and time indicated in the tender document. 13.4 The offers should be valid for a minimum period of 120 days from the date of opening of the bids. 13.5 Corrections in the tender document, if any, must be attested by the bidder. All amounts shall be indicated both in words as well as in figures. Where there is a difference between amounts quoted in words and figures, amount quoted in words shall only be considered. 13.6 Service Provider is required to give the name of Contact person from his side for all relevant communications/interactions regarding this contract. The authority of person signing the offer should be produced, if asked for. 13.7 Service Provider should include details of its bankers in the techno-commercial bid. 13.8 No conditional discounts and terms will be accepted. SCHEDULE OF ANNEXURES Annexure I : Annexure II: Annexure-III: Annexure-IV: Annexure-V: Schedule of Service charges. Cost of material Building/Area wise details List of machines/equipments Techno-Commercial Compliance table 19
SCHEDULE OF SERVICE CHARGES ANNEXURE - I (1) (2) (3) (4) (5) Sr. No. (A) 1. 2. 3 4. 5. Description WAGES AND ADMINISTRATIVE CHARGES: 1.1 Daily wages per service unit including employee Contributions towards PF & ESI 1.2 Employers contribution (towards EPF)(13.61%) 1.3 Employer s Contributions towards ESI (4.75%) Total wages per service unit/day Profit & Overheads:- Per service unit/day (Administrative Charges, including 2 Uniforms Top only per year) Total wages (incl. Profit & Overhead per unit /day) Total wages/month (incl. Profit & Overhead) (For 7SSU + 99.625 USU) Charges Per Service Unit (Rs) Supervisor (SSU) USU Rs. 385.00 Rs. 52.40 Rs. 18.29 Rs. 348.00 Rs. 47.36 Rs. 16.53 Remarks, if Any Service Provider is strongly advised to refer and strictly comply with sections 6.15 6.12(B) and 16 Claims are to be supported by proof of payment in respect of PF/ESI, etc. Rs. Rs. (1.1 + 1.2 + 1.3) Rs. Rs. Rs. Rs. ( 2 + 3) SSU = 4 x 7 x 26 USU = 4 x 99.625 x 26 6. TOTAL SERVICE CHARGES / MTH Rs. (5x3) + (5x4) 7. (B) Applicable Service Tax etc. (per month ) @ 15 % MATERIALS: Add Cost of Materials as per the Annexure II per month Rs. To be claimed after payment for reimbursement supported by proof of payment. Total charges as per Annexure II 20
Note: i. The service provider has pay wages strictly in accordance with minimum wages Act. Present rate of daily wages of Supervisor & USU as notified by Government are respectively Rs. 385.00 & 348.00 per day and therefore have been filled in respective columns. Any subsequent revision in the minimum wages (w.r.t. Sl. No. 1) during the period of contract as notified by the appropriate Government authority will automatically come into effect from the date of such notifications without requiring any amendment to the Contract. Service provider shall submit a copy of such revision notification to the Purchaser while claiming first revised payment against each of these notifications. ii. Profit & O.H of Sl. No. 4 shall be fixed charges and will not vary during tenure of the Contract iii. Rates of taxes (i.e. Service tax, VAT etc.) as applicable for such contracts should be clearly indicated in terms of percentages under (7) above. Any post-tender corrections in this respect shall not be entertained. iv. Claims towards payment of PF and ESI (Employer Contributions) shall be reimbursed without proof for initial two months. Thereafter these claims will be reimbursed only on submission of proof of remittance. v. Payment of Wages to the service personnel (Supervisors and USUs) shall be arranged by service provider on or before 10 th of every month irrespective of payment due on Purchaser. Failure to adhere to this requirement shall invoke a penalty of Rs. 500/-per day to be computed after 10 th of the month. vi. Payment of salary to USU s shall be deposited to their individual bank account and bank statement in this regard shall be submitted to officer-in-charge for record. vii. Only 2 nd October, 15 th August, 26 th January, Gujarat Assembly Election and Loksabha Election shall be considered as paid holidays. viii. For determining L1 offer, administrative charges (S/N 3) and material costs only shall be considered. ********* 21
ANNEXURE II MATERIALS: COST OF MATERIAL CHEMICALS AND OTHER CONSUMABLES PER MONTH (INCLUSIVE OF ALL TAXES) Sl. No. Description Qty Unit Floor Cleaner / Mopping / 1 Multipurpose Cleaner (Diversey Taski R2 or Altreat 250 Ltr Trends T2) 2 Toilet Bowl Cleaner (Diversey R6 or Altreat Trends T6) 110 Ltr. 3 Glass Cleaner (Taski R3 or Altreat Trends T3) 30 Ltr. Bathroom/Urinal Bowl Cleaner 4 Cum Sanitizer 100 Ltr. (Taski R9 or Altreat Trends T1) 5 Detergent Powder (Diversey-Clax Ultra) 10 Kg. 6 Hand Wash (Diversey -Rozalex Industrial or HG 350 Ltr. Flash Altreat Trends) 7 De-Scaler (Diversey Suma Scale D5.2 or 10 Ltr. Altreat Trends T9) 8 Room Freshener (JK - Premium/Air Wick) 100 No. 9 Odonil Cubes (50 gms.) 200 No. 10 Napthelene Balls 50 Kg. 11 Floor Duster: 20 x 20 100 No. 12 Toilet Brush 24 No. 13 Wiper with stick (big) 20 No. 14 Scrubbing Brush 100 No. 15 Soft Brooms - 250 gms 100 No. 16 Hard Brooms 125 No. 17 White Duster - 20 x 20 150 No. 18 Cobweb Broom - 5ft. length 20 No. 19 Dust Control Mop with stick (Ezy mop set dry) 20 No. 20 Ezy Mop (Refill) (dry) 4 No. 21 Wet Mop set (with stick & clip) 12 No. 22 Wet Mop (Refill) with clip 80 No. 23 Bucket (Small) Patel/Polyset 24 No. 24 Mug - Patel/Polyset 24 No. 25 Brasso 1 Ltr. 22 Rate Rs. Amount Rs.
26 Bucket (Medium) - Patel/Polyset 10 No. 27 Choke up Pump 10 No. 28 Dust Pan - Patel/Polyset 12 No. 29 Yellow Duster - 18 x24 50 No. 30 Hand Gloves -Diamond 10 No. 31 Road Brush 10 No. 32 Scotch Brite Scrubber (7.5 x 10 cm) 20 No. 33 Spray Pump - l lit. Hercules 20 No. 34 T Brush (Plastic) 5 No. 35 Plastic Dust Bin bucket type( 5 ltr.) 20 No. Total Per Months (Rs) (Should be inclusive of all taxes) * The Diversey/Altreat & other branded products should be supplied in their original company packing in sealed condition. The pricing of the products should be got confirmed from the manufacturer/dealer before quoting to avoid under pricing which will not be entertained and liable to be rejected. No alternate products should be quoted /supplied. ** Item Nos.1-7 should be of Diversey India or Altreat Trends make only and no other brands are required to be quoted. The applications and dosage of the products in different areas should be as per the instructions laid down by the manufacture. The items should be supplied in the original packing (sealed containers) with proper label as supplied by the company. The quantity of the above items are calculated based on the maximum monthly usage and the party shall supply as per the actual usage only to avoid overstocking and bill should be raised at actual supply. (Signature with seal) 23
ANNEXURE III Government of India Space Applications Centre Ahmedabad Ref. No.: AHAD 201500078701 DETAILS OF BUILDINGS/AREA PROPOSED TO BE INCLUDED FOR SERVICE (SAC CAMPUS, BOPAL CAMPUS AND KENDRIYA VIDYALAYA-SAC) Sr No Bldg No Area in Sq.Mtr No of floor No of Labs No of Toilets No of Conf- Room 1 20-A 772 3 0 6 1 2 20-B 1036 3 0 6 0 3 21 1636 2 5 4 1 4 22 2545 3 7 6 0 5 23 2134 2 3 4 0 6 24 2160 2 4 4 0 7 25-STUDIO 1585 2 0 4 0 8 26 1351 1 1 2 0 9 27-A 650 2 0 2 0 10 27-B-C-D-E 1372 2 0 2 0 11 28/29 300 1 0 2 0 12 30-A 759 3 0 4 0 13 30-B-C-D--E 1890 3 0 6 1 14 31 1889 3 0 6 0 15 32 1466 2 0 4 0 16 33 1538 2 0 6 1 17 34 2251 2 0 2 3 18 35 1202 3 2 6 0 24
Sr No Bldg No Area in No of floor No of No of No of Conf- Sq.Mtr Labs Toilets Room 19 36 2378 2 7 5 0 20 37 2354 2 2 5 0 21 38 5416 2 14 8 0 22 39 3077 3 1 4 0 23 40-A 1116 2 0 2 1 24 40-B 54 3 4 6 1 25 40-C 1379 3 0 2 1 26 41A-B 2006 3 8 4 0 27 42 1453 3 6 6 1 28 43-A-B 2340 5 8 4 0 29 43-B 3 14 2 0 30 44-A 658 2 1 2 0 31 44-B 540 2 2 1 1 32 45 2621 3 7 4 1 33 46 2118 2 7 4 0 34 47-A 1741 3 5 5 0 35 47-B 498 3 2 4 0 36 48 2790 3 14 6 0 37 49 A TO J 2677 2 0 8 0 38 50-A 1072 1 1 2 0 39 50-B-C-D-E-F 2070 2 1 4 0 40 51 3017 2 5 7 0 41 52 6626 3 12 12 1 25
Sr No Bldg No Area in Sq.Mtr No of floor No of Labs No of Toilets No of Conf- Room 42 Newly 640 2 36 4 1 Constructed Building at 50A 43 New Auditorium 3095 2-8 2 near Vikram Hall 44 Reception 2 0 4 1 45 SAC Campus Road 5.25 kms KV SAC 25 2488 2 0 4 Vastrapur (Class Rooms) BOPAL CAMPUS 1 TECH Area 1 0 0 0 2 RESIPA LAB and office building at Technical Area, New Sac Campus in Bopal Village. 2 26 8 2 3 CLASS 1 4 2 0 4 PRL 1 0 2 0 5 MOG(a) 1 1 0 0 6 MOG(b) 1 1 0 0 7 ADMN 1 0 2 0 8 SE REW 1 0 2 0 9 ADTRM 1 0 2 1 10 CANTEEN 1 0 1 0 11 LIBRARY 2 0 0 0 12 TEC 1 0 15 0 13 CISF 1 0 0 0 26
RES. Area 1 A-HLTH-CB 1 0 0 0 BOPAL CAMPUS(contd.) 2 DD-BNGLO 1 3 1 0 3 Toilet 0 0 5 0 4 Water Pool 0 0 0 0 Total Area Bopal Tech Area 8460 Res Area 5000 Res Qtrs 225 Road 1.5 kms. Details of area proposed to be included for service for buildings/ extensions since 2012. Sr No Building No. Area in sqm Extension type No. of toilet No of labs 1 22 A photonic lab 88.00 FF Hori. Extension 2 23 FF extension 230.00 FF vert. extension 3 26 E CMM 285.00 GF Hori. Extension 4 30 D recruitment 335.00 SF vert. extension 5 50A VTF 38.00 FF vert. extension 6 50A VTF 166.00 GF Hori. Extension 7 37 PPNF 525.00 GF Hori. extension 1 8 VSSE 894.00 FF vert. extension 9 45 EMI Lab 44.00 GF Hori. Extension 1 G.F & FF Hori. & 10 45 T & E 18.00 Vert. extension 1 11 44B 72.00 FF Hori. Extension 12 38 shed 75.00 GF Hori. Extension Total Area in Sqm 2770.00 27
ANNEXURE IV Government of India Space Application Centre Ahmedabad LIST OF MACHINES / EQUIPMENT/ ACCESSORIES TO BE PROVIDED AND USED BY THE SERVICE PROVIDER Sr. No. Name of Machine/Equipment 1 Jonmaster GNX 30 lit, SS tank (Diversey 30) Vacuum Cleaner 2 Back Pack Vacuum Cleaner (Taski Dorsalina Euro) 3 Window glass cleaning kit-unger 4 Telescopic Pole with cleaning kit Mtrs-Unger 5 Aluminum ladder 21 ft Height-Self supporting 6 Tricycle cart for disposal of rubbish internally 7 Manual Sweeper 8 Auto Scrubber Note: The list of machines is only indicative. Service Provider will provide any additional machines / equipments / accessories if required with suitable quantities. 28
ANNEXURE - V TECHNO-COMMERCIAL COMPLIANCE TABLE The Service Provider should give relevant details wherever required in the following compliance table and NOT simply fill in the answers as Yes or Complied. The Service Provider should also support the compliances by necessary documentary evidences along with the Technical bid ONLY, failing which his bid will not be considered. TECHNICAL Sr. Description No. 1. Has Service Provider submitted all technical literature/leaflets/documents/purchase Orders etc. and compliance table along with the bid document? (Pl. Refer sections 4.1 & 13) 2. Does the Service Provider agree, in writing, to adhere by the applicable rules/laws of the land, laid down by Government of India and Govt. of Gujarat, with respect to protection of its employees rights and benefits like PF, ESI & Medical Insurance, remuneration statement, leave statement, tax deductions etc. while servicing this contract? (Pl. Refer sections 6.15) 3. Is the Service Provider s offer valid for 120 days from the due date? (Pl. Refer section 13.4) 4. Has the Service Provider given the name of Contact person /contract manager from his side for all relevant communications/interactions regarding this contract? (Pl. Refer section 13) 5. Has the Service Provider provided the name of bankers? (Pl. Refer section 13.7) 6. Is the Service Provider registered with Govt. and in existence for a minimum of 3 years on the date of issue of this tender and have necessary experience in providing required services (USU) or Similar Services.? (Attach relevant P.O. copies, documents, etc.) (Pl. Refer section 4.1) 7. Does the Service Provider Own Establishment in Ahmedabad, Gujarat or within 100 kms radius of Ahmedabad? Has Service Provider provided all local contact information? (Pl. Refer section 4.2) 8. Whether relevant documents, P.O. copies, service satisfaction certificates from the parties, and I-Tax returns, Service Tax return and Audited Financial statements of last three years with PAN or other relevant documents attached? (Pl. Refer section 4.3) 9. Has Service Provider given details of all regular USU working in his establishment? (Pl. Refer section 4.5a) 10. Whether the Service Provider has the minimum facilities at his establishment, to support his staff? (Pl. Refer section 4.2 & 4.6) 11. Has the Service Provider attached Certification from reputed user agencies, if available? (Pl. Refer section 4.5.c) 12. Has the Service Provider enclosed various necessary documents like latest copy of Registration details, income-tax PAN No, Service Tax No. etc. (Pl. Refer section 4.4) Compliance Status & Remarks 29
Sr. Description No. 13. The Service Provider s company should not have been banned, blacklisted by any Govt. Dept./ Central Govt. Unit/Public Sector Unit/Financial Institution/ Court? Kindly confirm. (Pl. Refer section 4.5.b) 14. Does Service Provider agree to visit by SAC Officers to his premises for verification of information related to work orders/space/manpower etc. and other infrastructure facilities claimed in technical bid? (Pl. Refer section 4.6) 15. Does the Service Provider agree to all the contract management terms and conditions mentioned in section 6.0? (Pl. Refer sections 6.0) 16. Does the Service Provider agree to fall clause and also bind his personnel, in writing, to the Intellectual Property Rights, Confidentiality and Non-Disclosure Agreement Clauses, under this contract? (Pl. Refer section 8.3 & 8.5) 17. Does the Service Provider agree to Arbitration clause, in case of any disputes arising related to this contract? (Pl. Refer section 9) 18. Does the Service Provider agree to the minimum contract period of One year and extend this contract for one more year on mutual consent, depending on the need and exigencies, on the same terms and conditions? (Pl. Refer section 10) 19. Does the Service Provider agree to contract monitoring and termination clauses? (Pl. Refer section 11) 20. Does the Service Provider agree to SAC payment terms and conditions as mentioned? Does he agree to Security Deposit and penalty clauses mentioned therein? (Pl. Refer all sections under 8.1 (48 & 49) and 12 21. Does the Service Provider quoted the same brand of cleaning consumables as per Annexure-II and the genuineness of the pricing is verified with the dealer/manufacturer? Compliance Status & Remarks (Signature with seal) 30
Instructions for Two Part Tender We are proposing to invite tenders in two parts viz. Part I : Technical and Commercial Part II: Price All tenderers are requested to carefully follow the following instructions before preparing their offer. 1) Part I: Technical & Commercial Bid Part (a) Technical 1. This part should contain detailed specifications of the items quoted by you along with technical literature and leaflets if any. 2. A compliance statement showing the compliance of the item quoted by you with that of item tendered by us should be prepared and enclosed to this. 3. Any other information called for in the tender related technical and specifications can also come in this part. 4. Prices should not be indicated in this cover. Part (b) Commercial Terms: (Without Prices) 1. The commercial terms applicable for the item quoted by you should be indicated in this part. 2. If any compliance statement is called for the commercial terms / contractual terms and conditions, the same is to be attached in this part. 3. Prices should not be indicated in this part. However a copy of the price bid (without prices) can be enclosed in this part to enable to understand whether all the items required to be quoted by you have been quoted in the price bid. Alternatively a statement is to be made indicating that you have quoted prices for all the items as per the tender and enclosed in the Price Bid as per the format. 4. The Commercial terms such as delivery terms, delivery period, payment terms, Warranty, validity of the offer, installation & commissioning, duties and taxes etc., shall come into this. Notes: 1. Either Technical Specifications or terms & conditions as above should be very clearly reflected item-wise with reference to the items called for in the tender. 2. Please note that the PRICE SHOULD NOT BE indicated in this part. 3. Technical and Commercial part as described above shall be prepared and put it in a sealed cover & super scribed and addressed as follows: Tender No. : Due Date : PART I : Technical & Commercial Bid From: The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015
2) Part II: Price Bid 1. The prices applicable for the items, item-wise in response to the tender shall come into this part. 2. Tenderer shall indicate very clearly item-wise prices with reference to their technical offer. 3. Price part prepared as above shall be enveloped and superscribed as follows: Tender No. : Due Date : PART II : Price Bid From : The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015 3) The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as above along with Tender fee cover (if applicable) should be inserted in another envelope and superscribed as follows: Tender No. : Due Date : Part I & Part II are individually sealed and kept inside: (DD towards tender fee also is kept inside) From: The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015 Important Notes: 1. Being a Two-Part Tender, fax/mail quotations will not be accepted. Please ensure your offers are received by post before due date and time. 2. In case you are going to download the documents from our website and submitting the offer, you are requested to submit the demand draft towards Tender fee in a separate cover along with a covering letter duly superscribing on the cover Tender fee in respect of Tender No.. 3. Quotations submitted contrary to above instructions are liable to be rejected.
GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE PURCHASE DIVISION INSTRUCTIONS TO TENDERERS 1. Tenders should be sent in sealed envelopes super scribing the relevant tender No, and the due date of opening. Only one tender should be sent in each envelope. Unsigned bids shall be rejected. 2. Late tenders and delayed tenders will not be considered. Unsigned bids shall be rejected. 3. Tender fee & bid security (EMD) exemption for MSME. 4. Sales Tax and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the tender. 5. As a Government of India Department, this office is exempted from payment of Octroi and similar local levies. Tenderers shall ensure that necessary Exemption Certificates are obtained by them from the Purchase Officer concerned to avoid any payment of such levies. 6. a) Your quotation should be valid for at least 90 days from the date of opening of the tender. b) Prices are required to be quoted according to the units indicated in the annexed tender form. When quotations are given in terms of units other than those specified in the tender form, relationship between the two sets of units must be furnished. 7. Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR destination/delivery at site. 8. (a) All available technical literature, catalogues and other data in support of the specifications and details of the items should be furnished along with the offer. (b) Samples, if called for, should be submitted free of all charges by the tenderer and the Purchaser shall not be responsible for any loss or damage thereof due to any reason whatsoever. In the event of non-acceptance of tender, the tenderer will have to remove the samples at his own expense. (c) Approximate net and gross weight of the items offered shall be indicated in your offer. If dimensional details are available the same should also be indicated in your offer. (d) Specifications: Stores offered should strictly confirm to our specifications. Deviations, if any, should be clearly indicated by the tenderer in his quotation. The tenderer should also indicate the Make/Type number of the stores offered and provide catalogues, technical literature and samples, wherever necessary, along with the quotations. Test Certificates, wherever necessary, should be forwarded along with supplies. Wherever options have been called for in our specifications, the tenderer should address all such options. Wherever specifically mentioned by us, the tenderer could suggest changes to specifications with appropriate response for the same. 9. The Purchaser shall be under no obligation to accept the lowest or any tender and reserves the right of acceptance of the whole or any part of the tender or portions of the quantity offered and the tenderers shall supply the same at the rates quoted. SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
10. Corrections, if any, must be attested. All amounts shall be indicated both in words as well as in figures. Where there is difference between amount quoted in words and figures, amount quoted in words shall prevail. 11. The tenderer should supply along with his tender, the name of his bankers as well as the latest Income-Tax clearance certificate duly countersigned by the Income-Tax Officer of the Circle concerned under the seal of his office, if required by the Purchaser. 12. The Purchaser reserves the right to place order on the successful tenderer for additional quantity up to 25% of the quantity offered by them at the rates quoted. 13. The authority of the person signing the tender, if called for, should be produced. 14. We are exempted from the payment of Central Excise & Custom Duties vide notifications issued by Govt. of India. 15. In case, the vendors are falling under the category of MSME, registered under NSIC and would like to avail exemptions, their quotations should be accompanied with necessary registration certificate with declaration to consider their offer. Quotation received without such declaration and valid registration certificate will not be considered for exemptions under Public Procurement Policy. 16. No request for extension for due date for submission of tenders will be entertained. TERMS & CONDITIONS OF TENDER 1. DEFINITIONS: (a) The term Purchaser shall mean the President of India or his successors or assigns. (b) The term Contractor shall mean, the person, firm or company with whom or with which the order for the supply of stores is placed and shall be deemed to include the Contractor's successors, representative, heirs, executors and administrators unless excluded by the Contract. c) The term Stores shall mean what the Contractor agrees to supply under the Contract as specified in the Purchase Order including erection of plants & machinery and subsequent testing, should such a condition is included in the Purchase Order. d) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and conditions mentioned or referred to in the said communication accepting the tender or offer of the Contractor for supply of stores or plant, machinery or equipment or part thereof. 2. PRICES: Tender offering firm prices will be preferred. Where a price variation clause is insisted upon by a tenderer, quotation with a reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at the time of tendering and also the formula for any such variation/s. 3. SECURITY DEPOSIT: On acceptance of the tender, the Contractor shall, at the option of the Purchaser and within the period specified by him, deposit with him, in cash or in any other form as the Purchaser may determine, security deposit not exceeding ten percent of the value of the Contract as the Purchaser shall specify. If the Contractor is called upon by the Purchaser to deposit, Security and the Contractor fails to provide the security within the period specified, such failure shall constitute a breach of the Contract, and the Purchaser shall SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
be entitled to make other arrangements for the re-purchase of the stores Contracted at the risk of the Contractor in terms of Sub-Clause (ii) and (iii) of clause 10(b) hereof and/or to recover from the Contractor, damages arising from such cancellation. 4. GUARANTEE & REPLACEMENT: (a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down, for material, workmanship and performance. (b) For a period of twelve months after the acceptance of the stores, if any defects are discovered therein or any defects therein found to have developed under proper use, arising from faulty stores design or workmanship, the Contractor shall remedy such defects at his own cost provided he is called upon to do so within a period of 14 months from the date of acceptance thereof by the Purchaser who shall state in writing in what respect the stores or any part thereof are faulty. (c) If, in the opinion of the Purchaser, it becomes necessary to replace or renew any defective stores such replacement or renewal shall be made by the Contractor free of all costs to the Purchaser, provided the notice informing the Contractor of the defect is given by the Purchaser in this regard within the said period of 14 months from the date of acceptance thereof. (d) Should the Contractor fail to rectify the defects, the Purchaser shall have the right to reject or repair or replace at the cost of the Contractor the whole or any portion of the defective stores. (e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection thereof on behalf of the Purchaser, as to whether or not the stores supplied by the Contractor are defective or any defect has developed within the said period of 12 months or as to whether the nature of the defects requires renewal or replacement, shall be final, conclusive and binding on the Contractor. (f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above, the Contractor shall, at the option of the Purchaser, furnish a Bank Guarantee (as prescribed by the Purchaser) from a Bank approved by the Purchaser for an amount equivalent to 10% of the value of the Contract along with first shipment documents. On the performance and completion of the Contract in all respects, the Bank Guarantee will be returned to the Contractor without any interest. (g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival of the stores at Purchaser's site. (h) Even while the 12 months guarantee applies to all stores, in case where a greater period is called for by our specifications then such a specification shall apply in such cases the period of 14 months referred to in para 4 (b) & (c) shall be the asked for guarantee period plus two months. 5. PACKING FORWARDING & INSURANCE: The Contractor will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or air to withstand transit hazards and ensure safe arrival at the destination. The packing and marking of packages shall be done by and at the expense of the Contractor. The Purchaser will not pay separately for transit insurance, all risks in transit being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually received in good condition in accordance with the Contract. SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
6. DESPATCH: The Contractor is responsible for obtaining a clear receipt from the Transport Authorities specifying the goods despatched. The consignment should be despatched with clear Railway Receipt/Lorry Receipt. If sent in any other mode, it shall be at the risk of the Contractor. Purchaser will take no responsibility for short deliveries or wrong supply of goods when the same are booked on 'said to contain' basis. Purchaser shall pay for only such stores as are actually received by them in accordance with the Contract. 7. TEST CERTIFICATE: Wherever required, test certificates should be sent along with the despatch documents. 8. ACCEPTANCE OF STORES: (a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by the Purchaser at the Contractor's own risk, expense and cost. (b) It is expressly agreed that the acceptance of the stores Contracted for, is subject to final approval by the Purchaser, whose decision shall be final. (c) If, in the opinion of the Purchaser, all or any of the stores do not meet the performance or quality requirements specified in the Purchase Order, they may be either rejected or accepted at a price to be fixed by the Purchaser and his decision as to rejection and the prices to be fixed shall be final and binding on the Contractor. (d) If the whole or any parts of the stores supplied are rejected in accordance with Clause No. 8 (c) above, the Purchaser shall be at liberty, with or without notice to the Contractor, to purchase in the open market at the expense of the Contractor stores meeting the necessary performance and quality Contracted for in place of those rejected, provided that either the purchase, or the agreement to purchase, from another supplier is made within six months from the date of rejection of the stores as aforesaid. 9. REJECTED STORES: Rejected stores will remain at destination at the Contractor's risk and responsibility. If instructions for their disposal are not received from the Contractor within a period of 14 days from the date of receipt of the advice of rejection, the Purchaser or his representative has, at his discretion, the right to scrap or sell or consign the rejected stores to Contractor's address at the Contractor's entire risk and expense, freight being payable by the Contractor at actuals. 10. DELIVERY: (a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed to be the essence of the Contract and delivery must be completed on or before the specified dates. (b) Should the Contractor fail to deliver the stores or any consignment thereof within the period prescribed for such delivery, the Purchaser shall be entitled at his option either: (i) to recover from the Contractor as agreed liquidated damages and not by way of penalty, a sum of 0.5% per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during which the delivery of such store may be in arrears subject to a minimum of 10%, or (II) to purchase from elsewhere, without notice to the Contractor on the account and at the risk of the Contractor, the stores not delivered or others of a similar SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
description (where others exactly complying with the particulars, are not, in the opinion of the Purchaser, readily procurable, such opinion being final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery, or (iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of stores not so delivered or others of a similar description (where others exactly if complying with the particulars are not, in the opinion of the Purchaser, readily procurable, such opinion final) at the risk and cost of the Contractor. In the event of action being taken under sub-clause (ii) & (iii) of clause 10 (b) above, the Contractor shall be liable for any loss which the Purchaser may sustain on that account, provided that the re-purchase or if there is an agreement to repurchase then such agreement is made within six months from the date of such failure. But the Contractor shall not be entitled to any gain on such repurchase made against default. The manner and method of such re-purchase shall be at the discretion of the Purchaser, whose decision shall be final. It shall not be necessary for the Purchaser to serve a notice of such re-purchase on the defaulting Contractor. This right shall be without prejudice to the right of the Purchaser to recover damages for breach of Contract by the Contractor. 11. EXTENSION OF TIME: As soon as it is apparent that the Contract dates cannot be adhered to, an application shall be sent by the Contractor to the Purchaser. If failure, on the part of the Contractor, to deliver the stores in proper time shall have arisen from any cause which the Purchaser may admit as reasonable ground for an extension of the time (and his decision shall be final) he may allow such additional time as he considers it to be justified by circumstances, of the case without prejudice to the Purchaser's right to recover liquidated damages under clause 10 thereof. 12. ERECTION OF PLANT & MACHINERY: Wherever erection of a plant or machinery is the responsibility of the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection as and when called upon to do so within the period specified by the Purchaser, the Purchaser shall have the right to get the erection done through any source of his choice. In such an event, the Contractor shall be liable to bear any additional expenditure that the Purchaser is liable to incur towards erection. The Contractor shall, however, not be entitled to any gain due to such an action by the Purchaser. 13. PAYMENT: Contractor's bill will be passed for payment only after the stores have been received, inspected and accepted by the Purchaser. 14. MODE OF PAYMENT: Normally payment will be made for the accepted stores within 30 days from the date of receipt of the materials. 15. RECOVERY OF SUM DUE: Whenever any claim for the payment of, whether liquidated or not, money arising out of or under this Contract against the Contractor, the Purchaser shall be entitled to recover such sum by appropriating in part or whole, the security deposited by the Contractor, if a security is taken against the Contract. In the event of the security being insufficient or if SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
no security has been taken from the Contractor, then the balance or the total sum recoverable as the case may be, shall be deducted from any sum then due or which at any time thereafter may become due to the Contractor under this or any other Contract with the Purchaser. Should this sum be not sufficient to cover the full amount recoverable, the Contractor shall pay to the Purchaser on demand the remaining balance due. Similarly, if the Purchaser has or makes any claim, whether liquidated or not, against the Contractor under any other Contract with the Purchaser, the payment of all moneys payable under the Contract to the Contractor including the security deposit shall be withheld till such claims of the Purchaser are finally adjudicated upon and paid by the Contractor. 16. INDEMNITY: The Contractor shall warrant and be deemed to have warranted that all stores supplied against this Contract are free and clean of infringement of any Patent, Copyright or Trademark, and shall at all times indemnify the Purchaser against all claims which may be made in respect of the stores for infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk of accidents or damage which may cause a failure of the supply from whatever cause arising and the entire responsibility for sufficiency of all means used by him for the fulfilment of the contact. 17. ARBITRATION: In the event of any question, dispute or difference arising under these conditions or any conditions contained in the Purchase Order or in connection with this Contract (except as to any matter the decision of which is specially provided for by these conditions), the same shall be referred to the sole arbitration of the Head of the Purchase office or some other person appointed by him. It will be no objection that the arbitrator is a Government servant that he had to deal with matter to which the Contract relates or that in the course of his duties as Government servant he has expressed views on all or any other matters in dispute or difference. The award of the arbitrator shall be final and binding on the parties of this Contract. If the arbitrator be the Head of the Centre/Unit (i) In the event of his being transferred or vacating his office by resignation or otherwise, it shall be lawful for his successor-in-office either to proceed with reference himself, or to appoint another person as arbitrator, or (ii) In the event of his being unwilling or unable to act for any reason, it shall be lawful for the Head of the Centre/Unit to appoint another person as arbitrator. If the arbitrator be a person appointed by the Head of the Purchase Office In the event of his dying, neglecting or refusing to act or resigning or being unable to act, for any reason, it shall be lawful for the Head of the Centre/Unit either to proceed with the reference himself or appoint another person as arbitrator in place of the outgoing arbitrator. Subject as aforesaid the Arbitration & Conciliation Act 1996 and the rules thereunder and any statutory modifications thereof for the time being in force shall be deemed to apply to the arbitration proceedings under this Clause. The Arbitrator shall have the power to extend with the consent of the Purchaser and the Contractor the time for making and publishing the award. The venue of arbitration shall be the place as Purchaser in his absolute discretion may determine. Work under the Contract shall, if reasonably possible, continue during arbitration proceedings. In the event of any dispute or SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
difference relating to the interpretation and application for the provisions of the Contracts, such dispute or difference shall be referred by either party to Arbitration of one of the Arbitrations in the Department of Public Enterprises. The Arbitration Act 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute provided however any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs. Ministry of Law & Justice, Government of India. The parties to the dispute will share equally, the cost of arbitration as intimated by Arbitrator. 18. COUNTER TERMS AND CONDITION OF SUPPLIERS: Where counter terms and conditions printed or cyclostyled conditions have been offered by the supplier, the same shall not be deemed to have been accepted by the Purchaser, unless specific written acceptance thereof is obtained. 19. SECURITY FOR PURCHASE OF MATERIALS: Successful tenderer will have to furnish in the form of a bank guarantee or any other form as called for by the Purchaser towards adequate security for the materials and properties provided by the Purchaser for the due execution of the Contract. **** SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
STANDARD TENDER FORM (Seal of the Company) From:......... TENDER FORM Tender No.:... Due on:... Ref. No.:... Date:... To: The Sr. /Purchase & Stores Officer,... (Name of the Centre/Unit)... Dear Sir, I/We hereby offer to supply the stores detailed below at the price hereunder quoted and agree to hold this offer open till I/we shall be bound to supply the stores hereby offered upon the issue of the Purchase Order communicating the acceptance thereof on or before the expiry of the last mentioned date. You are at liberty to accept any one or more of the items of stores tendered for or any portion of any one or more of the items of such stores. I/We, notwithstanding that the offer in this tender has not been accepted in whole, shall be bound to supply to you such items and such items and such portion or portions of one or more of the items as may be specified in the said Purchase Order communicating the acceptance: Sl. No. Description Quantity Unit Rate Rs. Delivery Date Note: All the rates should be given both in figures and words Place at which delivery will be made Date by which the ordered item/s will be supplied 2. I/We have understood the items of the tender annexed to the invitation to tender and have thoroughly examined the specifications/drawing and/or pattern quoted or referred to herein and am/are fully aware of the nature of the stores required and my/our offer is to supply the stores strictly in accordance with the requirements subject to the terms and conditions stipulated in the enquiry and contained in the Purchase Order communicating the acceptance of this tender either in whole or in part. Signature of Tenderer Date: (Seal) SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
भ रत सरक र अ त रक वभ ग अ त रक उपय ग क (इसर ) आ ब व ड वस त र प.ओ. अहमद ब द 380 015 (भ रत) द रभ ष +91-79-2691 3051/98 फ क न. : +91-79-2691 5835/02/48 Government of India Department of Space SPACE APPLICATIONS CENTRE (ISRO) Ambawadi Vistar P.O. Ahmedabad 380 015 (INDIA) Telephone : +91-79 2691 3051/98 Fax No. : +91-79 2691 5835 / 02 /48 Email: publictender@sac.isro.gov.in न वद स चन स. स क / प ट / 08 / 2015-16 Tender Notice No.SAC/ PT / 08 / 2015-16 नयत त थ.स. S.N न वद न. Tender No. स क ववरण Brief Description 8B(अपर 3 बज तक) 9BDue on (up to 3 pm) 5. AHEG 201500079601 GaN Epilayers on SI-SiC 4 Substrate 05-10-2015
M/s 000000 GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE AHMEDABAD 380 015, INDIA PURCHASE & STORES INVITATION TO TENDER Our Ref No : AHEG Ph No: Fax 079-2691 3067 079-2691 5848/02/35 Date :03/09/2015 2015-000796-01 Tender Due: 15:00 Hrs ISTon 05/10/2015 Opening : 15:30 Hrs ISTon 05/10/2015 Dear Sirs, Please submit your sealed quotation, in the Tender Form enclosed here along with the descriptive catalogues / pamphlets /literature,superscribed with Our Ref.No. and Due Date for the supply of the following items as per the terms & conditions mentioned in Annexure( Form No: As per overleaf. ) S.No. Description of Items with Specifications Unit Quantity 1 GaN epilayers onsi-sic 4" substrate as per attached specifications DELIVERY AT: MODE OF DESPATCH DUTY EXEMPTIONS SAC, STORES BY AIR FRE We are exempted from the payment of excise/customs duty. SPECIAL INSTRUCTIONS Mention validity, warranty, payment terms & delivery terms. SPECIFIC TERMS As per overleaf. INSTRUCTIONS TO TENDERERS: Detailed specifications as per Annexure. Please mention our ref. no. AHEG 201500079601 (DF/83) and tender due date on your quotation & envelope. The Quotation to be submitted in slab in the multiple of four wafers. Send your quotation as per attached instructions only. Quotation not confirming to the instructions will be rejected. Fax Message quotations will not be accepted. Please submit your offer along with Demand Draft equivalent to Rs.545/- towards the cost of Tender Fees in favour of "ACCOUNTS OFFICER, SAC, AHMEDABAD". Technical & Commercial Compliance statement confirming compliance with all the point of Tech & Commercial annexures enclosed with the tender document shall be submitted along with the offer. In absence of the same, your offer shall be summarily rejected. BALRAJ SINGH PUR & STORES OFFICER For and on behalf of the President of India The Purchaser
GaN epilayers on SI-SiC 4 substrate GaN epilayers specification: Sr No Specifications Parameter/s Remarks [01] Growth method MOCVD [02] Type Epitaxial [03] Layer Structure As per Table-1 [04] Targeted applications GaN based High Electron Mobility Transistor. GENERAL TERMS AND CONDITIONS [05] The exact epistructures should be specified in separate document [06] Packed and sealed in a wafer cassette [07] The substrates shall be properly packed with cushioning so that handling and transportation related damages are avoided. [08] The box shall have mandatory marking instruction written on it Handle with care Fragile material To be opened in clean environments only. [09] Any specification which are mandatory for the successful usages of this material for the intend application as specified in sr no. [04], should be included by supplier. Table-1 Layers Thickness 1 Si 3 N 4 Cap Layer 3nm (±50%) 2 Undoped GaN cap Layer 2nm (±20%) 3 Al X GaN (1-X) spacer; x=30% (±10% by XRD) 20 nm 4 AlN spacer 1nm (±50%) 5 Undoped GaN Layer 2.0 µm 6 AlN 60nm (±20%) 7 4 SI-SiC undoped 330µm
GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE PURCHASE DIVISION INSTRUCTIONS TO TENDERERS AND TERMS & CONDITIONS OF TENDER 1. The Tenderers should submit quotations in sealed envelope, superscribing the Tender No. and due date of opening and complete in all respects with technical specifications, including pamphlets and catalogues. Separate instructions, if any in this regard should be strictly complied with. 2. A Proforma Invoice may also be given which should contain the following information: a) The FOB/FCA value, for import by Sea freight / Air freight up to Ahmedabad and for air parcel post up to Ahmedabad should be separately indicated. b) Agency Commission: The amount of commission included in the price and payable to the Indian Agent of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees on the basis of an Invoice from him applying T.T. buying rate of exchange ruling on the date of placement of the Purchase Order and which shall not be subject to any further exchange variations. This payment will be released to the Indian Agent after receipt and acceptance the goods in India. c) The Contractor shall invoice only for the net amount payable to him, after deducting the amount of Agency Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser. However, the Contractor's invoice should separately reflect the amount of commission payable to his Indian Agent. d) The earliest delivery period and country of origin of the Stores. e) Banker's name, address, telephone/fax Nos. & e-mail ID of the Contractor. f) The approximate net and gross weight and dimensions of packages / cases. g) Recommended spares for satisfactory operation for a minimum period of one year beyond warranty. h) Details of any technical service, if required for erection, assembly, commissioning and demonstration. 3. The FOB/FCA prices quoted should be inclusive of all taxes, levies, duties arising in the tenderer's country. 4. The offer should be valid for a minimum period of 90 days or longer if called for from the due date of opening of the tender. 5. Samples, if called for, should be sent free of all charges. 6. Late and delayed tenders will not be considered. Quotations by fax must be followed by detailed offers. 7. Offers made by Indian Agents on behalf of their Principals, should be supported by the proforma invoice of their Principals. a) In a tender either the Indian Agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender.
b) If an agent submits bid on behalf of the principal/oem, the same agent shall not submit a bid on behalf of another principal/oem in the same tender for the same item/product. 8. We are exempted from Customs/Excise Duties. 9. The details of Import Licence will be furnished in the Purchase Order. 10. The authority of person signing the tender, if called for, shall be produced. 11. Instructions / Operation Manual containing all assembly details including wiring diagrams should be sent wherever necessary in duplicate. All documents / correspondence should be in English language only. 12. The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without assigning any reason. 13. It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in writing by the Purchaser. 14. a) Part shipment is not allowed unless specifically agreed to by us. b) As far as possible stores should be despatched by Indian Flag Vessels / Air India through an Agency nominated by us. 15. Inspection / Test Certificate should be provided for the goods after testing it thoroughly at the Contractor's works. If any Inspection by Lloyds or any other testing agency is considered necessary, it shall be arranged by Contractor. 16. Where erection or assembly or commissioning is a part of the Contract, it should be done immediately on notification. The Contractor shall be responsible for any loss/damage sustained due to delay in fulfilling this responsibility. 17. For items having shelf life, those with maximum shelf life should be supplied if order is placed. 17. No request for extension for due date for submission of tenders will be entertained. 18. Unsigned quotations will be rejected. 19. In case, the vendors are falling under the category of MSME, registered under NSIC and would like to avail exemptions, their quotations should be accompanied with necessary registration certificate with declaration to consider their offer. Quotation received without such declaration and valid registration certificate will not be considered for exemptions under Public Procurement Policy. TERMS AND CONDITIONS 1. DEFINITIONS: (a) The term 'Purchaser' shall mean the President of India or his successors or assignees. (b) The term 'Contractor' shall mean, the person, firm or company with whom or with which the order for the supply of stores is placed and shall be deemed to include the Contractor's Successors, representatives, heirs, executors and administrators unless excluded by the Contract. (c) The term 'Purchase Order' shall mean the communication signed on behalf of the Purchaser by duly authorised officer intimating the acceptance on behalf of the Purchaser on the terms and conditions mentioned or referred to in the said communication accepting the Tender or offer of the Contractor for supply of stores, plant, machinery or equipment or part thereof. (d) The term 'Stores' shall mean what the Contractor agrees to supply under the Contract as specified in the Purchase Order.
2. PRICES: Tenders offering firm prices will be preferred. Where a price variation clause is insisted upon by tenderer, quotations with a reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at the time of tendering and also the formula for any such variations. However, such clauses will be subject to final acceptance by Purchaser. 3. TERMS OF PAYMENT: 3.1 Being a Department of the Government of India, the normal terms of payment are by Sight Draft. However other terms of payment like establishment of Letter of Credit may be considered by the Purchaser on such terms and conditions as may be agreed upon. 3.2 The Sight Draft / Letter of Credit will be operative on presentation of the under mentioned documents: a) Original Bill of Lading / Airway Bill b) Commercially certified invoices in triplicate, describing the stores delivered, quantity, unit rate and their total value. The invoice should indicate discounts, and Agency Commission if any separately. c) Packing List showing individual dimensions and weight of packages. d) Country of Origin Certificate in duplicate. e) Test Certificate. f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser. g) Warrantee and guarantee Certificate/s vide Clause 20 herein below 4. IMPORT LICENCE: Reference to Import License No. & date and Contract number & date shall be prominently indicated in all the documents vide Para 3.2. 5. DEMURRAGE: Supplier shall bear demurrage charges, if any, incurred by the Purchaser due to delayed presentation of shipping documents as prescribed in Para 3.2 to the bankers beyond a reasonable time (say within 10-12 days) from the date of bill of lading for sea consignments and within 3-4 days from the date of Air Way Bill for air consignments. 6. ADDRESS OF INDIAN AGENT:. 7. GUARANTEED TIME OF DELIVERY: The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the essence of the Contract. Delivery must be completed within the date specified therein.
8. INSPECTION AND ACCEPTANCE TESTS: 8.1 The Purchaser's representatives shall also be entitled at all reasonable times during manufacture to inspect, examine and test on the Contractor's premises the material and workmanship of all stores to be supplied under the Contract and if part of the said stores is being manufactured on other premises, the Contractor shall obtain for the Purchaser's representative permission to inspect, examine and test as if the equipment were being manufactured on the Contractor's premises. Such inspection, examination and testing shall not release the Contractor from the obligations under this Contract. 8.2 For tests on the premises of the Contractor or of any of his sub- Contractors, the Contractor shall provide free of cost assistance, labour, material, electricity, fuel and instruments as may be required or as may be reasonably needed by the Purchaser's representative to carry out the tests efficiently. 8.3 When the stores have passed the specified test, the Purchaser's representative shall furnish a certificate to the effect in writing to the Contractor. The Contractor shall provide copies of the test/s certificates to the Purchaser as may be required. 9. MODE OF DESPATCH: Generally, stores should be despatched through Indian Flagged Vessel / Air India or through any other Agency nominated by the Purchaser. A copy of the invoice and packing list should invariably be kept inside each of the packages. 10. PORT OF ENTRY: FOR AIR SHIPMENTS: AHMEDABAD (Via Mumbai, if required) FOR SEA SHIPMENTS: NHAVASHEVA/Mumbai Seaport 11. CONSIGNEE: Sr. Purchase & Stores Officer, Central Stores, Space Applications Centre (SAC), Ahmedabad 12. SHIPPING MARKS: The mark on the shipping documents such as invoice, bill of lading and on the packages should be as follow: PURCHASE ORDER NO... DATED. GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE Destination:... & Port of Entry:... 13. INSURANCE OF THE STORES: The necessity or otherwise of insurance will be as indicated in the Purchase Order.
14. CONTRACTOR'S DEFAULT LIABILITY: 14.1 The Purchaser may upon written notice of default to the Contractor terminate the Contract in whole or in part in circumstances detailed hereunder: a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the time specified in the Contract/agreement or within the period for which extension has been granted by the Purchaser to the Contractor. b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of this Contract. 15. In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the Purchaser reserves the right to Purchase, upon such terms and in such a manner as he may deem appropriate, stores similar to that terminated and the Contractor shall be liable to the Purchaser for any additional costs for such similar stores and/or for liquidated damages for delay as defined in Clause 19 until such reasonable time as may be required for the final supply of stores. 15.1 If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights provided in this Article, may require the Contractor to transfer title and deliver to the Purchaser under any of the following clauses in the manner and as directed by the Purchaser: a) Any completed stores. b) Such partially completed stores, drawing, information and Contract rights (hereinafter called manufacturing material) as the Contractor has specifically produced or acquired for the performance of the Contract as terminated. The Purchaser shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the Purchaser and for manufacturing material delivered and accepted. 15.2 In the event the Purchaser does not terminate the Contract as provided in Clause 14, the Contractor shall continue the performance of the Contract in which case he shall be liable to the Purchaser for liquidated damages for delay as set out in Clause 19 until the stores are accepted. 16. REPLACEMENT: If the stores or any portion thereof is damaged or lost during transit, the Purchaser shall give notice to the Contractor setting forth particulars of such stores damaged or lost during transit. The replacement of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in the intended usage of the Stores. In case the Purchaser agrees, the price towards replacement items shall be paid by the Purchaser on the basis of original price quoted in the tender or as reasonably worked out from the tender. 17. REJECTION: In the event that any of the stores supplied by the Contractor is found defective in material or workmanship or otherwise not in conformity with the requirements of the Contract specifications, the Purchaser shall either reject the stores or request the Contractor, in writing, to rectify the same. The Contractor, on receipt of such
notification, shall either rectify or replace the defective stores free of cost to the Purchaser. If the Contractor fails to do so, the Purchaser may at his option either: a) Replace or rectify such defective stores and recover the extra cost so involved from the Contractor, or b) Terminate the Contract for default as provided under Clause 14 above, or c) Acquire the defective stores at a reduced price considered equitable under the circumstances. The provision of this article shall not prejudice any other rights of Purchaser's under the Contract including recovery of liquidated damages for delay. 18. EXTENSION OF TIME: If the completion of supply of stores is delayed due to reasons of force majeure such as acts of god, acts of public enemy, acts of Government, fires, floods, epidemics, quarantine restriction, strikes, freight embargoes, etc., the Contractor shall give notice within 15 days to the Purchaser in writing of his claim for an extension of time. The Purchaser on receipt of such notice after verification, if necessary, may agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms and conditions of the Contract. 19. DELAY IN COMPLETION / LIQUIDATED DAMAGES: If the Contractor fails to deliver the stores within the time specified in the Contract or any extension thereof, the Purchaser shall recover from the Contractor as liquidated damages a sum of one-half of one percent (0.5%) of the Contract price of the undelivered stores for each calendar week of delay. The total liquidated damages shall not exceed ten percent (10 %) of the Contract price of the portion of stores so delayed. Stores will be deemed to have been delivered only when all their component parts are also delivered. If certain components are not delivered in time, the stores will be considered as delayed until such time as the missing parts are delivered. 20. GUARANTEE & REPLACEMENT: a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down for material, workmanship and performance. b) For a period of twelve months (or such period as agreed upon by the parties) after the acceptance of the stores, if any defects are discovered therein or any defects therein are found to have developed under proper use arising from faulty materials, design or workmanship, the Contractor shall remedy such defects at his own cost provided he is called upon to do so within a period of 14 months (or such period as specified in Contract) from the date of acceptance thereof by the Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty. c) If in the opinion of the Purchaser it becomes necessary to replace or renew any defective stores, such replacements or renewals shall be made by the Contractor free of all costs to the Purchaser provided the notice informing the Contractor of the defect is given by the Purchaser in this regard within the said period of 14 months (or such period as specified in Contract) from the date of acceptance thereof.
d) Should the Contractor fail to rectify the defects, the Purchaser shall have the right to reject or repair or replace at the cost of the Contractor the whole or any portion of the defective stores. e) The decision of the Purchaser, notwithstanding any prior approval or acceptance or inspection thereof on behalf of the Purchaser, as to whether or not the stores supplied by the Contractor are defective or any defects has developed within the said period of 12 months (or such agreed period) or as to whether the nature of the defects requires renewal or replacement shall be final, conclusive and binding on the Contractor. f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above, the Contractor shall, at the option of the Purchaser, furnish a Bank Guarantee (as prescribed by the Purchaser - Bank Guarantee format enclosed) from a Bank approved by the Purchaser for an amount equivalent to 10% of the value of the Contract along with first shipment documents. On the performance and completion of the Contract in all respects, the Bank Guarantee will be returned to the Contractor without any interest. g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival of stores at Purchaser's site. h) Even while the 12 months guarantee applies to all stores, in case where a greater period is called for by our specifications, then such a specification shall apply, and in such cases, the period of 14 months referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months. 21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORES/SPARE PARTS ORDERED: The Contractor shall also undertake the supply of additional number of items covered by the order as considered necessary by the Purchaser at a later date, the actual price to be paid shall be mutually agreed to after negotiations. 22. PACKING: a) The Contractor wherever applicable shall pack and crate all stores for sea / air shipment as applicable in a manner suitable for export to a tropical humid climate, in accordance with internationally accepted export practices and in such a manner so as to protect it from damage and deterioration in transit by road, rail or sea for space qualified stores. The Contractors shall be held responsible for all damages due to improper packing. b) The Contractor shall ensure that each box / unit of shipment is legible and properly marked for correct identification. The failure to comply with this requirement shall make the Contractor liable for additional expenses involved. c) The Contractor shall notify the Purchaser of the date of shipment from the port of embarkation as well as the expected date of arrival of such shipment at the designated port of arrival. d) The Contractor shall give complete shipment information concerning the weight, size, content of each packages, etc. e) Transhipment of equipment shall not be permitted except with the written permission of the Purchaser.
f) Apart from the despatch documents negotiated through Bank, the following documents shall also be airmailed to the Purchaser within 7 days from the date of shipment by sea and within 3 days in case of air-consignments: a) Commercial Bill of Lading / Air Way Bill / Post parcel Receipt. (Two non-negotiable copies) b) Invoice (3 copies) c) Packing List (3 copies) d) Test Certificate (3 copies) e) Certificate of Origin. The Contractor shall also ensure that one copy of the packing list is enclosed in each case. 23. ARBITRATION: If at any time any question, dispute or difference whatsoever shall arise between the Purchaser and the Contractor upon or in connection with this Contract, either party may forthwith give to the other notice in writing of the existence of such question, dispute or difference and the same shall be referred to the adjudication of two arbitrators, one to be nominated by Purchaser, other by a Contractor and in the event of any difference of opinion, the arbitrators will refer the matter to the umpire. The arbitration shall be conducted in accordance with the rules and procedure for arbitration of the International Chamber of Commerce at Paris. The expenses of the arbitrators and umpire shall be paid as may be determined by them. However, the venue of such arbitration should be in India. 24. LANGUAGE AND MEASURES: All documents pertaining to the Contract including specification, schedule, notice, correspondence, operating and maintenance instructions, drawings or any other writings shall be written in English language. The metric system of measurement shall be used exclusively in the Contract. 25. INDEMNITY: The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this Contract are free and clean of infringement of any patent, copyright or trade mark and shall at all times indemnify the Purchaser against all claims which may be made in respect of stores for infringement of any right protected by Patent, Registration of design or Trade Mark, and shall take all risk of accident or damage which may cause a failure of the supply from whatever cause arising and the entire responsibility for the sufficiency of all the means used by him for the fulfilment of the Contract. 26. COUNTER TERMS AND CONDITIONS OF SUPPLIERS: Where counter terms and conditions/printed or cyclostyled conditions have been offered by the bidder, the same shall not be deemed to have been accepted by the Purchaser unless specific written acceptance thereof is obtained.
27. SECURITY INTEREST: On each item to be delivered under this Contract, including an item of work in progress in respect of which payments have been made in accordance with the terms of the Contract, Purchaser shall have a security interest in such items which shall be deemed to be released only at the time when the applicable deliverable item is finally accepted and delivered to the Purchaser in accordance with the terms of the Contract. Such security interest of the Purchaser shall constitute a prior charge as against any other charge or interest created in respect of such items by any entity. 28. BANK CHARGES: While the Purchaser shall bear the bank charge payable to his Bankers (State Bank of India), the Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising amendment commissions. 29. TRAINING: The Contractor shall, if required by the Purchaser, provide facilities for the practical training of Purchaser's engineering / technical personnel from India and for their active association on the manufacturing processes throughout the manufacturing period of the Contract / stores. Number of such personnel to be mutually agreed upon. 30. APPLICABLE LAW: The Contract shall be interpreted, construed and governed by the laws of India. PACKING INSTRUCTIONS 1. In tune with the requirement of international plant protection convention of the FAO, UN the following has become mandatory with immediate effect. 2. All packing materials of any kind of plant origin used for packing shall require treatment including hear-kiln treatment at 56 degree centigrade for a minimum of 30 hours of methylbromide fumigation at 48g/cum for 32 hours of chemical impregnation as per international standards. 3. If the consignments are sent without the aforesaid certificate, all demurrages and other charges for treatment etc. will be to the account of the suppliers. 4. This aspect also should be taken care of while submitting the offers. 5. If the packaging material being used for your product does not come under the category material of plant origin (i.e. Leaves, grass, wood etc.) Please certify the same in your quote and ignore the above instructions. However, the same should be ascertained at the time of actual shipment if the order is awarded to you. ***
STANDARD TENDER FORM (Seal of the Company) TENDER FORM From:......... To: The Sr. /Purchase & Stores Officer,... (Name of the Centre/Unit)... Dear Sir, Tender No.:... Due on:... Ref. No.:... Date:... I/We hereby offer to supply the stores detailed below at the price hereunder quoted and agree to hold this offer open till I/we shall be bound to supply the stores hereby offered upon the issue of the Purchase Order communicating the acceptance thereof on or before the expiry of the last mentioned date. You are at liberty to accept any one or more of the items of stores tendered for or any portion of any one or more of the items of such stores. I/We, notwithstanding that the offer in this tender has not been accepted in whole, shall be bound to supply to you such items and such items and such portion or portions of one or more of the items as may be specified in the said Purchase Order communicating the acceptance: Sl. No. Description Quantity Unit Rate Rs. Delivery Date Note: All the rates should be given both in figures and words Place at which delivery will be made Date by which the ordered item/s will be supplied 2. I/We have understood the items of the tender annexed to the invitation to tender and have thoroughly examined the specifications/drawing and/or pattern quoted or referred to herein and am/are fully aware of the nature of the stores required and my/our offer is to supply the stores strictly in accordance with the requirements subject to the terms and conditions stipulated in the enquiry and contained in the Purchase Order communicating the acceptance of this tender either in whole or in part. Signature of Tenderer Date:
Compliance Statement required to be filled and enclosed along with the technical and commercial bid by the vendor. Sr. Commercial terms No. 1. Delivery terms (Ex-works, FOB, FCA, etc.) Purchaser is having an air consolidation contract and their freight forwarder will arrange to collect the consignment from your premises/will take the responsibility for onward transmission from the point of delivery as per INCOTERMS 2010. This is applicable for import cases. 2. Packing charges (inclusive/exclusive) 3. Delivery period (in weeks/months) 4. Payment terms: Our standard term is Sight Draft (import) Within 30 days from the date of acceptance (indigenous). 5. Country of origin To be declared in the invoice. 6. Name and address of the Indian Agent.(if any) 7. Percentage of agency commission included in the quoted price payable in Indian Rupees only directly to the Indian Agent. 8. Validity of the offer Minimum of 120 days from the date of opening. 9. If you are an Indian Agent, please enclose the authorization letter of your Principal and confirm that whether you have enrolled with DGS&D as per rules. 10. In a tender, either the Indian agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender. 11. If an agent submits bid on behalf of the Principal/OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender for the same item/product. 12. Cost of spares Included in the price bid / not included. 13. Will you be able to provide consumables/spares for 10 years? 14. Taxes and duties : Compliance/Remarks/Comments by Vendor Taxes in India to the account of Purchaser. Outside India to Seller s/contractor s account. Please indicate your Tax Registration Number. Wherever installation involved, Income Tax @ 2% will be deducted from the bill and a certificate issued. Installation in India will attract Service Tax @ 12.36%. If required, orders for supply and installation can be issued separately. Work order will attract work contract tax as per rules. Please confirm whether you have included WCT in your offer.
Customs Duty Exemption Certificate (CDEC) will be issued by Purchaser. Hence no CD is to be included in your offer wherever applicable. Please indicate rate of the Sales Tax/VAT applicable. Octroi Duty/Entry Tax exempted. Exemption certificate will be issued, if required. Purchaser is eligible for full Excise Duty exemption. Excise Duty exemption certificate will be issued. 15. No Insurance is required at Purchaser s cost. 16. For two part bids two separate sealed envelopes are to be sent duly superscripted as follows : 1. Technical & Commercial Bid 2. Price Bid Please refer instructions. 17. Wherever EMD/tender fee is payable Provide the same in the form of crossed Demand Draft in favour of The Accounts Officer, SAC, Ahmedabad along with the bid but in a separate cover or along with technical bid. On the back side of the D.D, please write your company s name. 18. Language to be used in all correspondence English 19. Measurements Metric system to be followed 20. Whether prequalification of your facility procedure completed (if applicable). 21. Warranty period We need minimum 3 years from the date of acceptance. In case the product has a standard warranty of 1 year, confirm that additional 2 years warranty cost is indicated in the price bid/prices. However the warranty requirement if projected in RFP shall prevail. 22. Defective/rejected items if any, are to be replaced free of cost. 23. Confirm whether you will be able to provide samples if called for, free of cost. 24. Approximate weight (net and gross) of the consignment. 25. Instruction/operational manual to be supplied free of cost. 26. Supply and installation is subject to Purchaser s acceptance. 27. LC extension charges to your account, in case of delay from your side. 28. Items from latest production batch only are to be supplied. 29. Wherever Export Licence required, payment will be made after getting export licence and after confirmation by the supplier, with a copy of Export Licence. 30. Bank Guarantees (from Nationalised/ Scheduled Bank/ Bank approved by Purchaser. Advance payment for the equal value valid till the completion of contract/acceptance, is to be provide by you. Towards issue of Free Issue Material by Purchaser for the value of the material issued, is to be provided.
The Bill of material for the material used for the Fabrication work and available balance to be prepared by you and countersigned by the User Department is to be sent along with the final bill for arranging the balance/payment. Towards Performance of the Contract and Product for 10% value valid till the expiry of warranty period. 31. Security Deposit is to be submitted to SAC by the successful bidder (wherever applicable )on awarding the contract 32. Training free of cost to be imparted at Purchaser s site. 33. Bank charges wherever applicable shall be paid by Purchaser/Contractor to their respective Bankers. 34. Arbitration proceedings Within India as per provisions of Arbitration and Conciliation Act 1996. 35. Liquidated Damages @ 0.5% per week for the delayed portion maximum 10% of the contract value. 36. Force Majeure conditions applicable? 37. Acceptance of Fall clause. The rates as per the charges of the Contract should not in any event exceed the lowest rates, the supplier charge to any other party or organization. If at any time during the period of contract, the supplier reduce the charges to any other party, then they shall forth-with notify such reduction to Sr. Head, Purchase & Stores, SAC and reduce the contract rates subsequently, from the date of coming into force of such reduction. 38. You are requested to indicate the registration number; you have for Sales Tax/Service Tax as the case may be with concerned Government authorities. Also you are requested to provide company registration details wherever applicable along with copy of the company registration certificate. The offers received without the above information will be summarily rejected.
भ रत सरक र अ त रक वभ ग अ त रक उपय ग क (इसर ) आ ब व ड वस त र प.ओ. अहमद ब द 380 015 (भ रत) द रभ ष +91-79-2691 3051/98 फ क न. : +91-79-2691 5835/02/48 Government of India Department of Space SPACE APPLICATIONS CENTRE (ISRO) Ambawadi Vistar P.O. Ahmedabad 380 015 (INDIA) Telephone : +91-79 2691 3051/98 Fax No. : +91-79 2691 5835 / 02 /48 Email: publictender@sac.isro.gov.in न वद स चन स. स क / प ट / 08 / 2015-16 Tender Notice No.SAC/ PT / 08 / 2015-16 नयत त थ.स. S.N न वद न. Tender No. स क ववरण Brief Description 10B(अपर 3 बज तक) 11BDue on (up to 3 pm) 6. AHSA 201500081401 Comprehensive AMC & HUB Operations of DMS VNP Network (Two Part Tender) 05-10-2015
M/s 000000 GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE AHMEDABAD 380 015, INDIA PURCHASE & STORES INVITATION TO TENDER Our Ref No : AHSA Ph No: Fax 079-2691 3067 079-2691 5848/02/35 Date :03/09/2015 2015-000814-01 Tender Due: 15:00 Hrs ISTon 05/10/2015 Opening : 15:30 Hrs ISTon 05/10/2015 Dear Sirs, Please submit your sealed quotation, in the Tender Form enclosed here along with the descriptive catalogues / pamphlets /literature,superscribed with Our Ref.No. and Due Date for the supply of the following items as per the terms & conditions mentioned in Annexure( Form No: As per attached sheet.) S.No. Description of Items with Specifications Unit Quantity 1 COMPREHENSIVE AMC & HUB OPERATIONS OF DMS VNP NETWORK FROM 05/01/2016 TO 04/01/2017 each 1 DELIVERY AT: MODE OF DESPATCH DUTY EXEMPTIONS DES ON SITE We are exempted from payment of Excise/Custom Duty. SPECIAL INSTRUCTIONS NIL SPECIFIC TERMS As per attached sheet. INSTRUCTIONS TO TENDERERS: (1)Please send leaflet/catalogue along with your offer. (2) You are requested to indicate the Registration Number, for sales tax/service tax as the case may be with the concerned government authorities. (2A)You are also requested to provide company registration details wherever applicable along with copy of the company registration certificate.. (2B) The offers received without the above information will be summarily rejected. (3) Please submit Compliance Statement for the Technical/Commercial Specifications alongwith your offer. (4) This is a Two-Part Tender. LAVANYA PRASAD T PUR & STORES OFFICER For and on behalf of the President of India The Purchaser
Request For Proposal (RFP) For Comprehensive Annual Maintenance Contract (CAMC) & Hub Operations For Disaster Management Network Space Applications Centre Indian Space Research Organization Ahmedabad 380 015 1
Index Sr. No. Description 01 Introduction 02 Scope of Work 03 Period of contract 04 Activities to be carried out by vendor 05 Terms & Conditions 06 Contract Manager 07 Payment Terms 08 Penalty Clause / LD Clause 09 Arbitration 10 Termination Of Contract 11 Fall Clause 12 Force Majeure List of Annexures Annexure No. Description 01 List of Items for Hub 02 List of Items for Primary Node 03 List of Items for User Node 04 Address Details of Hub/ Nodes 05 Format for Price Bid Submission 2
1.0 Introduction Indian Space Research Organization (ISRO) had established Disaster Management (DM) Network to cater for National level Disaster Management requirements. The network operates in GSAT-12 Satellite located at 83.5 East. The frequency band of operation is Extended C-Band. Disaster management network was installed and commissioned by M/S Bharat Electronics Limited (BEL), Bangalore in Year-2006. The Hub is configured in Star Topology using ViaSat Technology. Inbound carriers are accessed from romte nodes using MF- TDMA technique. The network is operational round the clock. The network consists of followings. 1) Hub 2) Satellite (Space Segment) 3) Primary Nodes 4) User Nodes 1.1 Hub The Hub for disaster management is located at DCPW, Samanvaya Sadan, Sirifort Road, New Delhi-49. The Hub has Primary Nodes & User nodes scattered around India. It has 4.6 Meter, Extended C-Band, Tx/Rx, Non Motorized Antena with 40 Watts of BUC. Hub Base Band configuration is Redundant (1+1). Peripherals equipments for hub are Video Conferencing, VoIP Units & TV, personal computer and 2 KVA UPS. Peripherals equipments are used for live video conferencing and voice communication. The network is used for two-way Video, Voice and Data transmission. 1.2 Satellite Satellite used for DM network operation is GSAT-12. The frequency band of operation is Extended C-Band. 1.3 Primary Nodes Total Primary Nodes are 09 Nos. They are located nation wide. The primary node consists of 4.6 Meter Extended C-Band, Tx/Rx, Non Motorized/Motorized Antenna with 5 Watts of BUC. VSATs used are Link Star RCST from ViaSat. Peripherals equipments for primary nodes are Video Conferencing, VoIP Units & TV. Personal Computer and 2 KVA UPS. 3
1.4 User Nodes Total user nodes are 37 Nos. They are located nation wide. User node consists of 1.8/1.2 Meter, Extended C-Band, Tx/Rx, Non Motorized Antenna with 2/5 Watts of BUC. VSATs used are Link Star RCST from ViaSat. Peripherals equipments for user nodes are Video Conferencing, VoIP Units & TV, Personal Computer and 1/2 KVA UPS. At some places Generator also provided. 2.0 Scope of Work Techno-commercial proposals from vendors are invited to provide Comprehensive on Site Maintenance Services for Disaster Management Network and operation of HUB. Vendor has to carry out following activities. 1) Comprehensive On Site Maintenance Services for Hub 2) Hub Operations on 24 X 7 basis 3) Comprehensive On Site Maintenance Services for Primary Nodes 4) Comprehensive On Site Maintenance Services for User Nodes 3.0 PERIOD OF CONTRACT: The contract is valid for a period of 12 months from the date of awarding the contract and it should be extendable for one more year with same terms & conditions 4.0 Activities to be carried out by Vendor The vendor has to carry out following activities. 4.1 Comprehensive Annual Maintenance 4.1.1 The vendor shall carry out On Site Comprehensive Maintenance Services for Hub located at New Delhi and Primary/User nodes spread all over India for a period of 1 (One) Year. 4.1.2 The details of equipments at Hub and Primary/User nodes are enclosed at Annexure-1, Annexure 2 & 3.The address details are given in Annexure-4. 4.1.3 The vendor should have provision for the representative of respective locations to directly contact the party at the respective locations with identified Phone and Fax numbers to get immediate attention for breakdown calls. 4
4.1.4 Preventive maintenance (PM) would be done every three months during the period of contract, when the VSAT Equipments will be thoroughly checked, serviced and adjusted. Total four visits to each site in a year in the mainland, North East and two visits for Andaman & Nicobar, Badrinath-Uttarakhand, Guptkashi-Uttarakhand, and Son Prayag- Uttarakhand are mandatory. 4.1.5 In the end of every quarter, the service engineer should visit the site even if he does not receive a service call. For Andaman and Nicobar, he should make one preventive maintenance visit and second visit should be done in the end of the year. 4.1.6 VSAT s at Badrinath, Guptkashi, and Son Prayag will be used at the time of Char Dham Yatra and can be installed at any place of Char Dham Yatra route. These terminals will be kept in dismantled condition. The vendor should visit the site in the month of April/May for installation and in the month of October/ November for dismantling the VSAT. 4.1.7 Four Nodes are installed in Jammu & Kashmir and two nodes are installed in Kutch, Gujarat. The equipments at these nodes will be verified by the vendor in first visit. Any failure in first visit will be replaced/repaired by the vendor and paid as actual. 4.1.8 After every visit, the service engineer should take the signature of the custodian of the site. 4.1.9 The vendor has to prepare detailed maintenance report for each maintenance activity carried out for Hub and all types of nodes. 4.1.10 For any problem reported by the user, the problem shall be attended to within 24 hours for HUB and 72 Hrs for node in the main land and 96 Hrs for Andaman and Nicobar island and North East (NE) 4.2 Hub Operations 4.2.1 The vendor shall operate the Hub on 24X7 basis. 4.2.2 The manpower to be deputed for the operations of hub shall be qualified engineer (B.E. / B.Tech from recognized university). 4.2.3 The vendor shall submit the Bio Data and two copies of pass port size photographs to ISRO of the personnel being deputed to operate the hub. 5
4.2.4 Engineers recruited should be experienced and well trained in the operations of hub. 4.2.5 Engineers should be capable of managing the network activities end to end. 4.2.6 Hub has to operate on round the clock basis. 3 Shifts (Two Engineers per Shift) of 8 Hours are to be organized per day for hub. 4.2.7 Hub Operations includes activities like 1) Monitoring of Hub 2) Monitoring of entire VSAT Network 3) Fault finding in case if hub is down / non operational 4) Co-operating with field team visiting for maintenance / fault finding 5) Preparation of operational / status reports 6) Submission of reports to concerned authorities. 4.2.8 Hub engineers shall be equipped with mobile facility and their contact details are to be fowarded to ISRO. 4.2.9 Engineers deployed for the hub operations shall attend the hub on their own transport arrangement and no conveyance charges will be paid by ISRO. 4.2.10 Engineers deputed for hub operations shall not be changed without prior approval from ISRO. If engineer deputed is not found suitable, vendor shall replace manpower as directed by ISRO in reasonale time frame. 5.0 Terms & Conditions 5.1 All Vendors has to provide certificates from M / s ViaSat Inc., USA or OEM (Original Equipments Manufacturer) authorized Indian representative to support maintenance activity related to Hub & all remote nodes during CAMC period. Offer received from the Vendor without providing above certificate will be treated as cancelled. 5.2 During CAMC period vendor should accept any addition or deletion of nodes for CAMC on pro rata basis on same rate. 5.3 The term comprehensive means Vendor will diagnose repair / replace the faulty component / system / peripherals / software installed for Hub & remote nodes of the network using its own resources and equipments within given time frame, make system operational and all expenditure related to CAMC has to be borne by Vendor. 6
5.4 All logistics like arrangement of required transport of equipments and lodging / boarding for maintenance personnel will be the responsibility of Vendor. 5.5 In the event of the damages to user s property or personal injury to user / Vendor personnel due to the negligence of employee of Vendor, the responsibility shall be solely rest with vendor. ISRO shall not be responsible for the loss of life of employee of Vendor at the time of performance of contact at user agency s premises due to natural calamities / accident explosion etc, if any, the persons engaged by the Vendor for carrying out the maintenance work will not have any right or claim for regular employment in any of the ISRO / DOS and these establishments. 5.6 For any problem reported by the user, the problem shall be attended within 24 hours for Hub and 72 Hrs for nodes in the mainland. For Remote stations (North Eastern, Andaman), the problem shall be attended within 96 Hrs. Parts / equipments replaced duly repaired should be of same type & capacity. Incase any part is replaced by lower capacity; the original capability should be restored within 3 months. In case of non-availability of identical replacement, suitable new equivalent replacement with similar or better specification should be carried out with approval of SAC 5.7 Replacement of defective spare parts shall be arranged by vendor at no extra charge. The replacement shall be a new part or equivalent functional unit. In case maintenance is held up for spares and if the system is not working, corresponding amount for each system, which is non functional, shall be deducted from the bill. 5.8 The faulty part replaced can be taken by Vendor. Vendor should prepare maintenance report for each maintenance activities carried out and sent to the Engineer -in- charge / focal person. 5.9 Vendor should define proper call reporting formats and reporting procedures and should not try to advice the users by telephone to solve the problems after the call is lodged. 5.10 As maintenance is comprehensive in nature, Vendor should stock spares of essential nature or as recommended by manufacture. 5.11 Vendor shall be responsible for all types of charges like lodging, boarding, fares etc for visits to hub and various nodes. 5.12 The Vendor should submit the Price Bid as per the format given in Annexure 5. 7
5.13 Party should be ready to accept any addition / deletion of node at the PO price. 6.0 Contract Manager Project Manager, Communication Support, SAC/ISRO is nominated as Contract Manager for this contract for the purpose of matters related to this CAMC. 7.0 Payment terms 7.1 Payment will be made on quarterly basis at end of each quarter after completion of satisfactory service. 7.2 The bill duly certified by Project Manager, Communication Support, DMSP, SAC/ISRO shall be submitted to Accounts officer, SAC, Ahmadabad for payment. 8.0 Penalty Clause / LD Clause 8.1 The down time is 3 (Three) working days for Hub. The faults reported / lodged from the user must be attended and repaired within 3 (Three) working days from the date of report of complaint. For each subsequent day of delay after 3 (three) working days from the date of lodging the complaint, 0.2 % of quarterly CAMC value per day will be recovered from the bill with ceiling of 5 % of total quarterly CAMC value of Hub. 8.2 The down time is 5 (Five) working days for all types of nodes. The faults reported / lodged from the user must be attended and repaired within 5 (Five) working days from the date of report of complaint. For each subsequent day of delay after 5 ( Five) working days from the date of lodging the complaint, 0.2 % of quarterly CAMC value per day will be recovered from the bill with celling of 5 % of total quarterly CAMC value. 9.0 Arbitration Dispute, If any, shall be settled mutually, failing which it shall be referred to a one man arbitrator appointee by the Director, SAC, Ahmedabad in accordance with Arbitration Act 1996, whose decision shall be final and binding on both the parties. 10.0 Termination of contract ISRO reserves the right to terminate the contract if the performance of the Vendor is found to be unsatisfactory during it s currency of the contract by 8
giving one month s notice in writing without any financial implications on either side. ISRO reserves the right to enter in to parallel contact simultaneously or at any time during the period of the order with one or more tenderers. 11.0 Fall Clause The charges for the above work shall in no event exceed the lowest charges at which you service the Hub and nodes of identical description to any other party during the currency of the contact. If, at any time during the said period, you reduce the charges for similar work to any other customer, you shall forthwith notify the same to us and the charges payable under the contract for the service shall stand correspondingly reduced. 12.0 Force Majeure Should a part of whole of the services covered in this contact be delayed due to reasons of force Majeure (for sites identified by ISRO) which shall include Lock-outs, strikes, riots, civil commotion, fire accidents, acts of God and war, stoppage of deliveries by Government, refusal of or the training schedules referred in the respective orders shall be extended by a period(s) not in excess of duration of such force Majeure. Each party undertakes to advise the other as soon as it becomes aware of the circumstances of such force Majeure. So that actions under the provisions of those orders can be mutually reviewed and agreed upon between Vendor and ISRO if the force Majeure conditions extend over a period of six months both the parties of the order shall mutually discuss and arrive at an agreement for continuation or termination of the contact. 9
Annexure-1 List of Items for Hub: Sr. No. Description Qty Make / Model 1 4.6 Meter, Ext-C Band Antenna with Tx/Rx Feed 1 No. Comsat and Mount (Non Motorised) 2 40 Watts BUC - ODU with LNBC Hardware 1 set Viasat 3 40 Watts BUC - ODU with LNBC Sofware 1 set Viasat 4 Out route Modulator 1 No. Linkstar/ Viasat 5 In route Demodulator 7 Nos. Viasat 6 NMS Software 1 set Viasat 7 Site Integration Items 1 set BEL 8 Redundant Hub (1+1) Items Viasat 8.1 Linkstar C Series IP Encapsulator 1 No. Viasat 8.2 Linkstar C Series DVB Modulator 1 No. Linkstar/ Viasat 8.3 DVB Modulator Protection Switch (1:1) 1 No. Viasat 8.4 Linkstar C series IP Router / Switch 1 No. Viasat 8.5 Redundant Power system for Ethernet Switch 2 Nos. - 8.6 Linkstar C Series Redundant NCC/RNCC/TCP 1 No. Viasat accelarator Sub system 8.7 NMS PC with GUI and Monitor 1 No. Viasat 8.8 Uplink Redundancy Controller 1 No. Viasat 8.9 Terminal Server 4 Port 1 No. Viasat 8.10 Linkstar C Series 16 way splitter 1 No. Viasat 8.11 GPS Receiver 1 No. Viasat 8.12 Intelligent Timing and Distribution Unit 1 No. Viasat 9 Group Video Conferencing System with multipoint conferencing software for 1 + 5 sites 1 Set Sony / PSC G70NP 10 Data Solution Box 1 Set Sony / PCSA DSB -15 11 34 TV 1 Set Sony 12 VoIP Gateway for Hub 4 Nos. Sony / VEGA 20 13 Proxy Call Manager 1 Set SNOM 4S 14 Media Server Software for Audio Conference and 1 Set SNOM Voice Mail 15 Gateway Media Computer 1 Set - 10
Annexure-2 List of Items for Primary Node: Sr. No. Description Qty Make / Model 1 4.6 Meter Ext C-Band antenna with Tx/Rx Feed and 1 No. Comsat Mount (Non Motorised) 2 Ext C-Band 5W BUC, PLL LNB 1 Set Viasat 3 Viasat Linkstar RCST Indoor Unit, IP Router / Switch 1 No. ViaSat 4 Site Integration Items 1 Set BEL 5 Group Video Conferencing System 1 No. Sony / PCS 1 P 6 42" Plasma Display 1 Set Sony / 42 pxi 7 VoIP Gateway for Hub 1 No. Sony / VEGA 20 8 Personal Computer 1 No 9 2 KVA UPS 1 No 11
Annexure-3 List of Items for User Node: Sr. No. Description Qty Make / Model 1 1.8 Meter Ext C-Band Antenna with Tx/Rx Feed and 1 No. Comsat Mount (Non Motorised) 2 Ext C-Band 2 Watts BUC, PLL LNB 1 Set Viasat 3 Viasat Linkstar RCST Indoor Unit, IP Router / Switch 1 No. ViaSat 4 Site Integration Items 1 Set BEL 5 Group Video Conferencing System 1 No. Sony / PCS 11 P 6 34" Flat Picturetube TV 1 Set Sony / KVSW 34 M 7 VoIP Gateway for Hub 1 No. Sony / VEGA 10 8 Personal Computer 1 No 9 2 KVA UPS 1 No Note: 50 Plasma Display installed at Cabinet Secretariat, Rastrapathi Bhavan, New Delhi. List of Items for User Nodes at J&K (Four nodes): Sr.No Item Qty 01 1.2M Antenna with Feed 01 02 BUC 5W 01 03 LNBC 01 04 RCST 01 05 Matrix Ete Pe 3Sp EPABX 01 06 Laptop (acer/hp) 01 07 Ethernet Switch 01 08 Samsung smart phones 03 09 1KVA UPS with batteries 01 10 Generator 1KVA 01 11 Access Point with omni Antenna wi-fi 01 12 Cables 1 set 13 SIP/VOIP Phone 02 12
List of Items for User Nodes at Kutch (Two nodes): Sr.No Item Qty 01 1.2M Antenna with Feed 01 02 BUC 5W 01 03 LNBC 01 04 RCST 01 05 Matrix Ete Pe 3Sp Epabx 01 06 Laptop (acer/hp) 01 07 Ethernet Switch 01 08 Samsung smart phones 04 09 1KVA UPS with batteries 01 10 Generator 3.5KVA 01 11 Access Point wi-fi 01 12 Cables 1 set 13
Annexure-4 Address Details for Hub: DCPW, Samanvaya Sadan, Sirifort Road, New Delhi-49 Address Details for Primary Nodes: Sr. No. Address Details 01 NRSC (National Remote Sensing Centre), Balanagar,, Hyderabad 500037, Tel : 91-40-23884341 02 NRSC (National Remote Sensing Centre), Shadnagar, Hyderabad 500037 Tel : 91-40-23884341 03 Central Water Commission, Flood forecast Monitoring Directorate 808(N) Sewa Bhawan R.K.Puram, New Delhi 110022. Tel: 011-26105274 04 Geological survey of India, A block, II floor, Pushpa Bhawan, Mandangir Road, New Delhi 110062 Tel: 01129053777 05 India Meterorology department, IMD, Mausam Bhavan, Lodi Road, New Delhi-110003, Tel : 91-11-24635664 06 Indian national Centre for Ocean information services. (INCOIS) Ocean Valley, P.B no. 21, IDA, Jeedimetla, INCOIS Hyderabad-500055, Tel: 040-23886097 07 AES, Space Applications Centre, Ambavadi Vistar P O, Jodhpur Tekra, Ahmedabad-380015, Tel: 070-26913603 08 Master Control facility (MCF) Hassan, Tel: 08172-273513 09 NESAC, Umian,Shillong-793103, Meghalaya Tel: 0364-2908813 14
Address Details for User Nodes: Sr. No. Address Details 01 DCPW, Samanvaya Sadan, Sirifort Road, New Delhi 02 PMO, South Block, New Delhi. 03 PMR, Race Course Road, New Delhi. 04 NIDM,58, IP Estate, Ring Road, New Delhi 110002 Tel: 011-23702432 05 Dy Secretary Administration, Cabinet Secretariat, Rastrapathi Bhavan, New Delhi, Phone: 011-23018467 06 Commissioner (Relief) & Secretary,Disaster Management, Disaster Management Department, Govt. Of Andhra Pradesh, 7th floor, L Block, Room No. 705, Andhra Pradesh Secretariat, Hyderabad 500001Phone : 040 23456005 07 Secretary Disaster Management and Relief Commissioner,Govt. of Bihar, Dept. of Relief & Rehabilitation, Old Secretari at,patna 800015, Ph : 0612 2215600 08 Relief Commissioner, Government of Gujarat, Block No. 11, III Floor, New Sachivalaya, Gandhinagar, Ph : 079 23251900 09 Disaster Management (Revenue SLMC),Room No. 530, Third Floor, South Sandwich Block, Govt. Secretariat, Dept., Thiruvanathapuram-695011, Tel : 0471 2331345 10 Delhi earth station, P.Box 5227, S.P. Marg, New Delhi-110021 Tel: 011-26889995 11 Divisional Commissioner,Govt. of NCT of Delhi.,5,Sham Nath Marg Delhi-110054, Tel: 011-23013111 12 Manager, OSDMA, Rajiv Bhawan Unit-5, Bhubaneswar, Orissa. Tel: 0674-2534177 13 Principal Secretary, Dept. of Disaster Management, Govt of Uttaranchal, Uttaranchal Secretara Campus, Rajpur Road, Dehradun, Tel: 0135-2710334 14 MHA North Block, New Delhi, Tel: 011-23093054 15 Spl. Commissioner & Commissioner of Revenue Administration, Govt. Of Tamil Nadu, Chepauh, Chennai-600005. Tel: 09940828886 16 NDMA, A-1, Safdujung Enclave, New Delhi-110029 Tel: 011-26701855 17 Principal Secretary & Commissioner (Relief), Deptt. Of Disaster management, Govt. of West Bengal,, Writers building, Kalkotta-700001, Tel: 033-22497358 18 I/C Polnet Station, Police HQ, Dehradun, Uttarakhand Tel: 0135-2717337, 0135-272085 19 Radio Inspector, Police Station, Guptkashi, Uttarakhand 15
Tel: 01364-287369, 09410763431 20 Son Prayag, C/O Sh Ranjeet Negi, (Mob: 09456530710), UK Nehru Institute of Mountaineering, Uttarkashi, Uttarakhand. 21 Radio Inspector, Police Station, Pithoragarh, Uttarakhand Tel: 05962225539 22 Radio Inspector, Police Station, Bdrinath, Uttarakhand Tel: 01381-222203, 0941290513 23 Rajbhavan, Governer House, Srinagar, J&K 24 Civil Secretariat, Srinagar, J&K 25 Hari Nivas, Official residence of CM, Srinagar J&K 26 Arjan Launge, Srinagar Airport, Srinagan, J&K 27 Office of Mamlatdar-Lakhpat, Dayapar, Kutch 28 Disaster Manlatdar, Disaster Management Cell, Collector Office, Kutch Address Details for User Nodes (North Estern & Andaman Nicobar): Sr. No. Address Details 01 Secretary (Relief and Disaster Management), Department of Relief, Govt of Manipur,North Block, 3 rd Floor, New Building, Manipur Secretariat, Impahal 795001 Tel: 0385-2443441 02 Relief Commissioner & Principal Secretary (Revenue) Department of Revenue and Rehabilitation, Govt. of Meghalaya Civil Secretariat, Main building, Room No. 325, Shillong -793001. Tel: 0364-2226579 03 Director, Department of Relief and rehabilitation, Govt. of Mizoram, AIZWAL, Mizoram -796001, Tel: 0389-2372520 04 Principal Secretary, Relief and Rehabilitation Department, Government of Nagaland, Civil Secretariat, Kohima 797004 Tel: 0370-2270938 05 State Relief Commissioner-cum-secretary, Department of Land, Revenue & Disaster Management,Government of Sikkim, Tashiling, Secretariat, Gangtok 737101, Tel: 03592-202932 06 Joint Secretary, Revenue department, Government of Tripura Agarthala -799 001, Tel: 0381-2415385 07 Deputy Secretary, Revenue, Block C, Government of Assam, Assam Secretariat, Dispur, Guwahati 781006 Tel: 0361-2237010 08 Principal Secretary, Relief and Rehabilitation and Disaster Management, Government of Arunachal Pradesh, Civil Secretariat, Itanagar-791111, Tel: 09436055202/09436876867 16
09 Relief Commissioner, (Andaman & Nicobar Administration), Secretariat & Administration, Government of Andaman & Nicobar Islands, Port Blair 744101, Tel: 0319-2201161 Annexure-5 The vendor should submit Price Bid as per the table given below. Sr. No. Item Description Qty Price (In Lacs) 01 Comprehensive Annual Maintenance Contract (CAMC) of 01 No. Disaster Management Hub located at DCPW, Samanvaya Sadan, Sirifort Road, New Delhi for the period of One Year as per Scope of Work and Terms & Conditions of the RFP 02 Hub Operation for One Year 01 No. 03 Comprehensive Annual Maintenance Contract (CAMC) of 09 Nos. Primary Nodes for the period of One Year as per Scope of Work and Terms & Conditions of the RFP 04 Comprehensive Annual Maintenance Contract (CAMC) of User Nodes for the period of One Year as per Scope of Work and Terms & Conditions of the RFP 37 Nos. 17
GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE PURCHASE DIVISION INSTRUCTIONS TO TENDERERS 1. Tenders should be sent in sealed envelopes super scribing the relevant tender No, and the due date of opening. Only one tender should be sent in each envelope. Unsigned bids shall be rejected. 2. Late tenders and delayed tenders will not be considered. Unsigned bids shall be rejected. 3. Tender fee & bid security (EMD) exemption for MSME. 4. Sales Tax and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the tender. 5. As a Government of India Department, this office is exempted from payment of Octroi and similar local levies. Tenderers shall ensure that necessary Exemption Certificates are obtained by them from the Purchase Officer concerned to avoid any payment of such levies. 6. a) Your quotation should be valid for at least 90 days from the date of opening of the tender. b) Prices are required to be quoted according to the units indicated in the annexed tender form. When quotations are given in terms of units other than those specified in the tender form, relationship between the two sets of units must be furnished. 7. Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR destination/delivery at site. 8. (a) All available technical literature, catalogues and other data in support of the specifications and details of the items should be furnished along with the offer. (b) Samples, if called for, should be submitted free of all charges by the tenderer and the Purchaser shall not be responsible for any loss or damage thereof due to any reason whatsoever. In the event of non-acceptance of tender, the tenderer will have to remove the samples at his own expense. (c) Approximate net and gross weight of the items offered shall be indicated in your offer. If dimensional details are available the same should also be indicated in your offer. (d) Specifications: Stores offered should strictly confirm to our specifications. Deviations, if any, should be clearly indicated by the tenderer in his quotation. The tenderer should also indicate the Make/Type number of the stores offered and provide catalogues, technical literature and samples, wherever necessary, along with the quotations. Test Certificates, wherever necessary, should be forwarded along with supplies. Wherever options have been called for in our specifications, the tenderer should address all such options. Wherever specifically mentioned by us, the tenderer could suggest changes to specifications with appropriate response for the same. 9. The Purchaser shall be under no obligation to accept the lowest or any tender and reserves the right of acceptance of the whole or any part of the tender or portions of the quantity offered and the tenderers shall supply the same at the rates quoted. SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
10. Corrections, if any, must be attested. All amounts shall be indicated both in words as well as in figures. Where there is difference between amount quoted in words and figures, amount quoted in words shall prevail. 11. The tenderer should supply along with his tender, the name of his bankers as well as the latest Income-Tax clearance certificate duly countersigned by the Income-Tax Officer of the Circle concerned under the seal of his office, if required by the Purchaser. 12. The Purchaser reserves the right to place order on the successful tenderer for additional quantity up to 25% of the quantity offered by them at the rates quoted. 13. The authority of the person signing the tender, if called for, should be produced. 14. We are exempted from the payment of Central Excise & Custom Duties vide notifications issued by Govt. of India. 15. In case, the vendors are falling under the category of MSME, registered under NSIC and would like to avail exemptions, their quotations should be accompanied with necessary registration certificate with declaration to consider their offer. Quotation received without such declaration and valid registration certificate will not be considered for exemptions under Public Procurement Policy. 16. No request for extension for due date for submission of tenders will be entertained. TERMS & CONDITIONS OF TENDER 1. DEFINITIONS: (a) The term Purchaser shall mean the President of India or his successors or assigns. (b) The term Contractor shall mean, the person, firm or company with whom or with which the order for the supply of stores is placed and shall be deemed to include the Contractor's successors, representative, heirs, executors and administrators unless excluded by the Contract. c) The term Stores shall mean what the Contractor agrees to supply under the Contract as specified in the Purchase Order including erection of plants & machinery and subsequent testing, should such a condition is included in the Purchase Order. d) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and conditions mentioned or referred to in the said communication accepting the tender or offer of the Contractor for supply of stores or plant, machinery or equipment or part thereof. 2. PRICES: Tender offering firm prices will be preferred. Where a price variation clause is insisted upon by a tenderer, quotation with a reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at the time of tendering and also the formula for any such variation/s. 3. SECURITY DEPOSIT: On acceptance of the tender, the Contractor shall, at the option of the Purchaser and within the period specified by him, deposit with him, in cash or in any other form as the Purchaser may determine, security deposit not exceeding ten percent of the value of the Contract as the Purchaser shall specify. If the Contractor is called upon by the Purchaser to deposit, Security and the Contractor fails to provide the security within the period specified, such failure shall constitute a breach of the Contract, and the Purchaser shall SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
be entitled to make other arrangements for the re-purchase of the stores Contracted at the risk of the Contractor in terms of Sub-Clause (ii) and (iii) of clause 10(b) hereof and/or to recover from the Contractor, damages arising from such cancellation. 4. GUARANTEE & REPLACEMENT: (a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down, for material, workmanship and performance. (b) For a period of twelve months after the acceptance of the stores, if any defects are discovered therein or any defects therein found to have developed under proper use, arising from faulty stores design or workmanship, the Contractor shall remedy such defects at his own cost provided he is called upon to do so within a period of 14 months from the date of acceptance thereof by the Purchaser who shall state in writing in what respect the stores or any part thereof are faulty. (c) If, in the opinion of the Purchaser, it becomes necessary to replace or renew any defective stores such replacement or renewal shall be made by the Contractor free of all costs to the Purchaser, provided the notice informing the Contractor of the defect is given by the Purchaser in this regard within the said period of 14 months from the date of acceptance thereof. (d) Should the Contractor fail to rectify the defects, the Purchaser shall have the right to reject or repair or replace at the cost of the Contractor the whole or any portion of the defective stores. (e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection thereof on behalf of the Purchaser, as to whether or not the stores supplied by the Contractor are defective or any defect has developed within the said period of 12 months or as to whether the nature of the defects requires renewal or replacement, shall be final, conclusive and binding on the Contractor. (f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above, the Contractor shall, at the option of the Purchaser, furnish a Bank Guarantee (as prescribed by the Purchaser) from a Bank approved by the Purchaser for an amount equivalent to 10% of the value of the Contract along with first shipment documents. On the performance and completion of the Contract in all respects, the Bank Guarantee will be returned to the Contractor without any interest. (g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival of the stores at Purchaser's site. (h) Even while the 12 months guarantee applies to all stores, in case where a greater period is called for by our specifications then such a specification shall apply in such cases the period of 14 months referred to in para 4 (b) & (c) shall be the asked for guarantee period plus two months. 5. PACKING FORWARDING & INSURANCE: The Contractor will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or air to withstand transit hazards and ensure safe arrival at the destination. The packing and marking of packages shall be done by and at the expense of the Contractor. The Purchaser will not pay separately for transit insurance, all risks in transit being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually received in good condition in accordance with the Contract. SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
6. DESPATCH: The Contractor is responsible for obtaining a clear receipt from the Transport Authorities specifying the goods despatched. The consignment should be despatched with clear Railway Receipt/Lorry Receipt. If sent in any other mode, it shall be at the risk of the Contractor. Purchaser will take no responsibility for short deliveries or wrong supply of goods when the same are booked on 'said to contain' basis. Purchaser shall pay for only such stores as are actually received by them in accordance with the Contract. 7. TEST CERTIFICATE: Wherever required, test certificates should be sent along with the despatch documents. 8. ACCEPTANCE OF STORES: (a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by the Purchaser at the Contractor's own risk, expense and cost. (b) It is expressly agreed that the acceptance of the stores Contracted for, is subject to final approval by the Purchaser, whose decision shall be final. (c) If, in the opinion of the Purchaser, all or any of the stores do not meet the performance or quality requirements specified in the Purchase Order, they may be either rejected or accepted at a price to be fixed by the Purchaser and his decision as to rejection and the prices to be fixed shall be final and binding on the Contractor. (d) If the whole or any parts of the stores supplied are rejected in accordance with Clause No. 8 (c) above, the Purchaser shall be at liberty, with or without notice to the Contractor, to purchase in the open market at the expense of the Contractor stores meeting the necessary performance and quality Contracted for in place of those rejected, provided that either the purchase, or the agreement to purchase, from another supplier is made within six months from the date of rejection of the stores as aforesaid. 9. REJECTED STORES: Rejected stores will remain at destination at the Contractor's risk and responsibility. If instructions for their disposal are not received from the Contractor within a period of 14 days from the date of receipt of the advice of rejection, the Purchaser or his representative has, at his discretion, the right to scrap or sell or consign the rejected stores to Contractor's address at the Contractor's entire risk and expense, freight being payable by the Contractor at actuals. 10. DELIVERY: (a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed to be the essence of the Contract and delivery must be completed on or before the specified dates. (b) Should the Contractor fail to deliver the stores or any consignment thereof within the period prescribed for such delivery, the Purchaser shall be entitled at his option either: (i) to recover from the Contractor as agreed liquidated damages and not by way of penalty, a sum of 0.5% per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during which the delivery of such store may be in arrears subject to a minimum of 10%, or (II) to purchase from elsewhere, without notice to the Contractor on the account and at the risk of the Contractor, the stores not delivered or others of a similar SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
description (where others exactly complying with the particulars, are not, in the opinion of the Purchaser, readily procurable, such opinion being final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery, or (iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of stores not so delivered or others of a similar description (where others exactly if complying with the particulars are not, in the opinion of the Purchaser, readily procurable, such opinion final) at the risk and cost of the Contractor. In the event of action being taken under sub-clause (ii) & (iii) of clause 10 (b) above, the Contractor shall be liable for any loss which the Purchaser may sustain on that account, provided that the re-purchase or if there is an agreement to repurchase then such agreement is made within six months from the date of such failure. But the Contractor shall not be entitled to any gain on such repurchase made against default. The manner and method of such re-purchase shall be at the discretion of the Purchaser, whose decision shall be final. It shall not be necessary for the Purchaser to serve a notice of such re-purchase on the defaulting Contractor. This right shall be without prejudice to the right of the Purchaser to recover damages for breach of Contract by the Contractor. 11. EXTENSION OF TIME: As soon as it is apparent that the Contract dates cannot be adhered to, an application shall be sent by the Contractor to the Purchaser. If failure, on the part of the Contractor, to deliver the stores in proper time shall have arisen from any cause which the Purchaser may admit as reasonable ground for an extension of the time (and his decision shall be final) he may allow such additional time as he considers it to be justified by circumstances, of the case without prejudice to the Purchaser's right to recover liquidated damages under clause 10 thereof. 12. ERECTION OF PLANT & MACHINERY: Wherever erection of a plant or machinery is the responsibility of the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection as and when called upon to do so within the period specified by the Purchaser, the Purchaser shall have the right to get the erection done through any source of his choice. In such an event, the Contractor shall be liable to bear any additional expenditure that the Purchaser is liable to incur towards erection. The Contractor shall, however, not be entitled to any gain due to such an action by the Purchaser. 13. PAYMENT: Contractor's bill will be passed for payment only after the stores have been received, inspected and accepted by the Purchaser. 14. MODE OF PAYMENT: Normally payment will be made for the accepted stores within 30 days from the date of receipt of the materials. 15. RECOVERY OF SUM DUE: Whenever any claim for the payment of, whether liquidated or not, money arising out of or under this Contract against the Contractor, the Purchaser shall be entitled to recover such sum by appropriating in part or whole, the security deposited by the Contractor, if a security is taken against the Contract. In the event of the security being insufficient or if SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
no security has been taken from the Contractor, then the balance or the total sum recoverable as the case may be, shall be deducted from any sum then due or which at any time thereafter may become due to the Contractor under this or any other Contract with the Purchaser. Should this sum be not sufficient to cover the full amount recoverable, the Contractor shall pay to the Purchaser on demand the remaining balance due. Similarly, if the Purchaser has or makes any claim, whether liquidated or not, against the Contractor under any other Contract with the Purchaser, the payment of all moneys payable under the Contract to the Contractor including the security deposit shall be withheld till such claims of the Purchaser are finally adjudicated upon and paid by the Contractor. 16. INDEMNITY: The Contractor shall warrant and be deemed to have warranted that all stores supplied against this Contract are free and clean of infringement of any Patent, Copyright or Trademark, and shall at all times indemnify the Purchaser against all claims which may be made in respect of the stores for infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk of accidents or damage which may cause a failure of the supply from whatever cause arising and the entire responsibility for sufficiency of all means used by him for the fulfilment of the contact. 17. ARBITRATION: In the event of any question, dispute or difference arising under these conditions or any conditions contained in the Purchase Order or in connection with this Contract (except as to any matter the decision of which is specially provided for by these conditions), the same shall be referred to the sole arbitration of the Head of the Purchase office or some other person appointed by him. It will be no objection that the arbitrator is a Government servant that he had to deal with matter to which the Contract relates or that in the course of his duties as Government servant he has expressed views on all or any other matters in dispute or difference. The award of the arbitrator shall be final and binding on the parties of this Contract. If the arbitrator be the Head of the Centre/Unit (i) In the event of his being transferred or vacating his office by resignation or otherwise, it shall be lawful for his successor-in-office either to proceed with reference himself, or to appoint another person as arbitrator, or (ii) In the event of his being unwilling or unable to act for any reason, it shall be lawful for the Head of the Centre/Unit to appoint another person as arbitrator. If the arbitrator be a person appointed by the Head of the Purchase Office In the event of his dying, neglecting or refusing to act or resigning or being unable to act, for any reason, it shall be lawful for the Head of the Centre/Unit either to proceed with the reference himself or appoint another person as arbitrator in place of the outgoing arbitrator. Subject as aforesaid the Arbitration & Conciliation Act 1996 and the rules thereunder and any statutory modifications thereof for the time being in force shall be deemed to apply to the arbitration proceedings under this Clause. The Arbitrator shall have the power to extend with the consent of the Purchaser and the Contractor the time for making and publishing the award. The venue of arbitration shall be the place as Purchaser in his absolute discretion may determine. Work under the Contract shall, if reasonably possible, continue during arbitration proceedings. In the event of any dispute or SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
difference relating to the interpretation and application for the provisions of the Contracts, such dispute or difference shall be referred by either party to Arbitration of one of the Arbitrations in the Department of Public Enterprises. The Arbitration Act 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute provided however any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs. Ministry of Law & Justice, Government of India. The parties to the dispute will share equally, the cost of arbitration as intimated by Arbitrator. 18. COUNTER TERMS AND CONDITION OF SUPPLIERS: Where counter terms and conditions printed or cyclostyled conditions have been offered by the supplier, the same shall not be deemed to have been accepted by the Purchaser, unless specific written acceptance thereof is obtained. 19. SECURITY FOR PURCHASE OF MATERIALS: Successful tenderer will have to furnish in the form of a bank guarantee or any other form as called for by the Purchaser towards adequate security for the materials and properties provided by the Purchaser for the due execution of the Contract. **** SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
STANDARD TENDER FORM (Seal of the Company) From:......... TENDER FORM Tender No.:... Due on:... Ref. No.:... Date:... To: The Sr. /Purchase & Stores Officer,... (Name of the Centre/Unit)... Dear Sir, I/We hereby offer to supply the stores detailed below at the price hereunder quoted and agree to hold this offer open till I/we shall be bound to supply the stores hereby offered upon the issue of the Purchase Order communicating the acceptance thereof on or before the expiry of the last mentioned date. You are at liberty to accept any one or more of the items of stores tendered for or any portion of any one or more of the items of such stores. I/We, notwithstanding that the offer in this tender has not been accepted in whole, shall be bound to supply to you such items and such items and such portion or portions of one or more of the items as may be specified in the said Purchase Order communicating the acceptance: Sl. No. Description Quantity Unit Rate Rs. Delivery Date Note: All the rates should be given both in figures and words Place at which delivery will be made Date by which the ordered item/s will be supplied 2. I/We have understood the items of the tender annexed to the invitation to tender and have thoroughly examined the specifications/drawing and/or pattern quoted or referred to herein and am/are fully aware of the nature of the stores required and my/our offer is to supply the stores strictly in accordance with the requirements subject to the terms and conditions stipulated in the enquiry and contained in the Purchase Order communicating the acceptance of this tender either in whole or in part. Signature of Tenderer Date: (Seal) SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
Instructions for Two Part Tender We are proposing to invite tenders in two parts viz. Part I : Technical and Commercial Part II: Price All tenderers are requested to carefully follow the following instructions before preparing their offer. 1) Part I: Technical & Commercial Bid Part (a) Technical 1. This part should contain detailed specifications of the items quoted by you along with technical literature and leaflets if any. 2. A compliance statement showing the compliance of the item quoted by you with that of item tendered by us should be prepared and enclosed to this. 3. Any other information called for in the tender related technical and specifications can also come in this part. 4. Prices should not be indicated in this cover. Part (b) Commercial Terms: (Without Prices) 1. The commercial terms applicable for the item quoted by you should be indicated in this part. 2. If any compliance statement is called for the commercial terms / contractual terms and conditions, the same is to be attached in this part. 3. Prices should not be indicated in this part. However a copy of the price bid (without prices) can be enclosed in this part to enable to understand whether all the items required to be quoted by you have been quoted in the price bid. Alternatively a statement is to be made indicating that you have quoted prices for all the items as per the tender and enclosed in the Price Bid as per the format. 4. The Commercial terms such as delivery terms, delivery period, payment terms, Warranty, validity of the offer, installation & commissioning, duties and taxes etc., shall come into this. Notes: 1. Either Technical Specifications or terms & conditions as above should be very clearly reflected item-wise with reference to the items called for in the tender. 2. Please note that the PRICE SHOULD NOT BE indicated in this part. 3. Technical and Commercial part as described above shall be prepared and put it in a sealed cover & super scribed and addressed as follows: Tender No. : Due Date : PART I : Technical & Commercial Bid From: The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015
2) Part II: Price Bid 1. The prices applicable for the items, item-wise in response to the tender shall come into this part. 2. Tenderer shall indicate very clearly item-wise prices with reference to their technical offer. 3. Price part prepared as above shall be enveloped and superscribed as follows: Tender No. : Due Date : PART II : Price Bid From : The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015 3) The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as above along with Tender fee cover (if applicable) should be inserted in another envelope and superscribed as follows: Tender No. : Due Date : Part I & Part II are individually sealed and kept inside: (DD towards tender fee also is kept inside) From: The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015 Important Notes: 1. Being a Two-Part Tender, fax/mail quotations will not be accepted. Please ensure your offers are received by post before due date and time. 2. In case you are going to download the documents from our website and submitting the offer, you are requested to submit the demand draft towards Tender fee in a separate cover along with a covering letter duly superscribing on the cover Tender fee in respect of Tender No.. 3. Quotations submitted contrary to above instructions are liable to be rejected.
भ रत सरक र अ त रक वभ ग अ त रक उपय ग क (इसर ) आ ब व ड वस त र प.ओ. अहमद ब द 380 015 (भ रत) द रभ ष +91-79-2691 3051/98 फ क न. : +91-79-2691 5835/02/48 Government of India Department of Space SPACE APPLICATIONS CENTRE (ISRO) Ambawadi Vistar P.O. Ahmedabad 380 015 (INDIA) Telephone : +91-79 2691 3051/98 Fax No. : +91-79 2691 5835 / 02 /48 Email: publictender@sac.isro.gov.in न वद स चन स. स क / प ट / 08 / 2015-16 Tender Notice No.SAC/ PT / 08 / 2015-16 नयत त थ.स. S.N न वद न. Tender No. स क ववरण Brief Description 12B(अपर 3 बज तक) 13BDue on (up to 3 pm) 7. AHSG 201500094701 Scanning Electron Microscope (Two Part Tender) 07-10-2015
GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE AHMEDABAD 380 015, INDIA PURCHASE & STORES INVITATION TO TENDER Ph No: Fax 079-2691 3067 079-2691 5848/02/35 Date :03/09/2015 M/s 000000 Our Ref No : AHSG 2015-000947-01 Tender Due: 15:00 Hrs ISTon 07/10/2015 Opening : 15:30 Hrs ISTon 07/10/2015 Dear Sirs, Please submit your sealed quotation, in the Tender Form enclosed here along with the descriptive catalogues / pamphlets /literature,superscribed with Our Ref.No. and Due Date for the supply of the following items as per the terms & conditions mentioned in Annexure( Form No: As per overleaf. ) S.No. Description of Items with Specifications Unit Quantity 1 SCANNING ELECTRON MICROSCOPE AS PER ATTACHED SPECIFICATIONS each 1 DELIVERY AT: MODE OF DESPATCH DUTY EXEMPTIONS SAC, STORES BY AIR FRE We are exempted from the payment of excise/customs duty. SPECIAL INSTRUCTIONS Mention validity, warranty, payment terms & delivery terms. SPECIFIC TERMS As per overleaf. INSTRUCTIONS TO TENDERERS: Detailed specifications as per Annexure. Please mention our ref. no. AHSG 201500094701 (DF/82) and tender due date on your quotation & envelope. Please note that this is a TWO-PART TENDER. Send your quotation as per attached instructions only. Quotation not confirming to the instructions will be rejected. Fax quotations will not be accepted. Technical & Commercial Compliance statement confirming compliance with all the point of Tech & Commercial annexures enclosed with the tender document shall be submitted along with the offer. In absence of the same, your offer shall be summarily rejected. Please submit your offer along with Demand Draft equivalent to Rs.545/- towards the cost of Tender Fees in favour of "ACCOUNTS OFFICER, SAC, AHMEDABAD". LIQUIDATED DAMAGES If the supplier fails to deliver the Products within the time specified in order or any extension thereof, the purchase shall recover from the supplier as Liquidated Damages a sum of zero point five percent (0.5%) of order value of the undelivered products for each calendar week of delay- The total Liquidated Damages shall not exceed 10% (ten percent) of total order value. PERFORMANCE BANK GUAEANTEE: The Supplier shall furnish a Performance Bank Guarantee for 10% of the Order Value from a Nationalized or scheduled Bank which should be valid till the completion of warranty period.
GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE AHMEDABAD 380 015, INDIA PURCHASE & STORES Ph No: Fax 079-2691 3067 079-2691 5848/02/35 Date :03/09/2015 BALRAJ SINGH PUR & STORES OFFICER For and on behalf of the President of India The Purchaser
1. Scanning Electron Microscope : 1.1. Introduction: Scanning Electron Microscope is required for inspection of various specimens at very high magnification, as part of Destructive Physical Analysis / Failure Analysis of electronic components. The SEM inspection will be carried out for semi-conductors in die and/or wafer form, packaged components, bare/ semi-processed & processed substrates and optical components. Some of the application and targeted items are described below: 1.1.1.SEM inspection as per MIL-STD-883, method 2018 of semi-conductors consisting of : various features of the semi-conductor, metallization, dielectric / passivation layer, step coverage, contact window, bond definition and geometry etc for : - Semiconductors realized in Si, Ge, GaAs, GaN, InGaP and InGaAs in die as well as packaged devices form (90nm to 0.25micron technology). - Photo-Resist profiles and metallized T-Gate structures down to 30nm need be inspected. (Substrates / wafers: GaAs / GaN 3 diameter may also be inspected.) - FPGAs and Mixed signal micro-circuits (180 nm). - Flip-chip components. 1.1.2. Ceramic/polymer surface and material characterization 1.1.3. Inspection of 250nm / 100nm Inter Digital metallization (e.g. NiCr-Al, Cr-Au etc) structures on non-conductive piezoelectric substrates (like Quartz, LiNbO3, LiTaO3 - having 0.35mm to 2mm thickness). Photo-Resist structures are also required to be inspected on these substrates for dimensions, thickness, profile measurements etc. 1.1.4.Micro and Diffractive Optical Applications: Profile inspection on photo-resist and also on substrates like Quartz, Si & Ge. The typical profiles may be micro-lenses or blazed grating structures. Parameters to be measured are: height (typically in the range of 100nm to 20µm), blaze angle (typically between 1 to5 ) and groove width (typically in microns). Quoted model shall be capable to address above application. In case the existing model does not meet the requirements specified in this document, vendor may quote for equipment with necessary options. Vendor shall clearly bring out capabilities of the offered system to perform all the above tasks in the quote. 2. Specifications: 2.1. Electron Gun and optical column: Sr. No. Parameter Specifications Category 2.1.1. Acceleration Voltage 100V to 30KV (variable) Mandatory 2.1.2. Resolution 5nm or better Mandatory 2.1.3. Probe Current Min 1pA, max 1µA or more Mandatory 2.1.4. Probe current stability Better than 0.2 % per hour Mandatory 2.1.5. Magnification (a) 40X to 500,000X Mandatory (b) Higher than 500,000 Desirable
Sr. No. Parameter Specifications Category (c) Continuously variable in both coarse and fine modes Mandatory 2.1.6. Electron Source 2.1.7. Focus (i) Working Distance maneuverability (d) With Auto-Compensation: Magnification shall be precisely corrected automatically for changes in working distance or acceleration voltage. Thermionic or Field Emission With minimum life 6 months Min 50mm Mandatory Mandatory Mandatory (ii) Control Coarse and fine Mandatory With control sensitivity related to Mandatory magnification. (iii) Focus Compensation Automatic compensation to minimize focus changes over the entire acceleration voltage range. Mandatory (iv) Rotation Compensation Automatic correction of apparent image rotation with changes in working distance. Mandatory 2.2. X-Y-Z Stage: Sr. No. Parameter Specifications Category 2.2.1. Stage drive Air cooled stepper motor Desirable 2.2.2. Specimen stage i) 5-axis motorized stage : The Mandatory specimen stage should allow the inspection of the sample in any location of interest, with specimen rotation & tilt. (ii) Stage movement : Joystick mode & software Mandatory 2.2.3. X,Y,Z movement X,Y =100 x 100 mm or more, Z = 25 mm or more Continuously variable with repeatability of 1μm or better. Minimum step size : 90 nm Drift : Vendor shall provide Mandatory Mandatory Mandatory 2.2.4. Tilt -10 o to + 90 Mandatory Tilting of 3" sample is required 2.2.5. Rotation 360 continuous Mandatory
Sr. No. Parameter Specifications Category 2.2.6. Standard sample holders The samples are of different types, Mandatory some of which are very brittle and multilayered. Hence, the mechanism of holders for holding the samples should be user-friendly and compatible. Following sample holders to be quoted as options : (i) Multi-specimen holder (ii) Sample cross-section holder. (iii) 3 wafer holder Desirable 2.3. Chamber: S/N Parameter Specifications Category 2.3.1. Chamber size Chamber size should have minimum Mandatory 200mm in dia. and height should be suitable to accommodate EDS - Energy dispersive spectroscopy, WDS - Wavelength dispersive spectroscopy, AES - Auger Electron spectroscopy detectors Touch Alarm which Stops movements when sample touches any part of the chamber Desirable Specimen size 100mm X 100mm X 25mm Typical 2.3.2. Chamber ports Total 5 (five) Mandatory 2 (For SE and BSE) Mandatory 2.3.3. Chamber interface for electrical stimuli to sample (e.g. VC imaging) 3 (For EDS - Energy dispersive spectroscopy, WDS - Wavelength dispersive spectroscopy, AES - Auger Electron spectroscopy) Connectorised interface for the external stimuli 15 pin D type connector plug SMA female connectors - Four 2.3.4. Specimen viewing IR CCD camera for specimen chamber inspection 2.3.5. Analytical working 5mm or lower distance Optional, for future provision Desirable Desirable Desirable
2.4. Detectors: S/N Parameter Specifications Category 2.4.1. Secondary electron Detector Secondary electron detector with optically coupled photomultiplier. Mandatory 2.4.2. Back Scatter Electron detector Shall provide BSE imaging at low kv of metals, polymers, semiconductors etc Mandatory 2.4.3. SCM Specimen current Monitor Optional 2.5. Control& Image Processing S/N Parameter Specifications Category 2.5.1. System Control Keyboard, mouse and control panel Mandatory with multifunction for the control and adjustment of parameters like EHT, lens supplies, imaging, chamber pressure control, image recording, beam optimization, WD (focus) & Stigmator, Contrast & Brightness, Scanning Speed (according to Signal- Noise Ratio), Gun Heating, Gun Centering, Column Centering, Vacuum Control, Compensation for kv 2.5.2. PC/OS (i) Necessary computer with 20" or Desirable bigger monitor (ii) OS latest windows based with license (iii) CD-RW, mouse, keyboard, Ethernet cards, USB, LAN, parallel, esata ports, and other necessary softwares with license, etc. A backup CD/DVD of the installed licensed OS to be also provided. (iv) Required software / hardware to be provided by the vendor to allow routine data transfer from the equipment computer through LAN to other computers for data storage. (v) 1 TB hard disk (min) for image storage with resolution 2048x2048 pixels or better with image post processing feature. 2.5.3. Display Display of Magnification, working distance, EHT voltage, scale bar, date, annotation, multiple point-to-point Mandatory
S/N Parameter Specifications Category and line width measurement features, line profile, graticule and cross-hair overlay, etc. on a high resolution monitor to be provided. 2.5.4. Image processing Necessary software to do the 2.6. Power Supply : following functions: (i) Image scanning features like frame averaging, line averaging, continuous averaging, split screen imaging, image post processing, etc. to be provided. (ii) The images should be stored in standard formats such as JPEG, TIFF, BMP etc. image resolution 2048 X 2048 pixels 2.6.1.The equipment shall be operable on Indian power supply standard : - Power: 220V, 50HzSingle phase / 440V, 50Hz three phase. - Power cord shall be Indian configuration 2.6.2. UPS for minimum 1 hour full functional backup (Preferable). 2.7. Vacuum System: Mandatory. (Should be quoted as separate line item) 2.7.1. Air cooled dry pumps must be provided for roughing, backing and for achieving suitable and clean vacuum in the equipment with sufficient isolation for inspection chamber from vibration/noise. 2.7.2. System should be ready for inspection after loading of the samples in the chamber not more than 1 hour. 2.7.3. The vacuum pumps shall be from reputed vendors (like pfieffer, Orelikon, Agilent, Edwards etc). Exact information of the vacuum system offered must be provided by the supplier. However, the supplier to note that no oil based pumps will be acceptable. Servicing / repairs of vacuum pump shall be SEM suppliers responsibility. 2.7.4. Variable pressure mode operation shall be quoted separately as an option, to meet the applications as given in 1.1.1 to 1.1.4. 2.8. Site preparation, accessories, installation and training: 2.8.1. Supplier shall provide full details for site preparation including items / facilities to be provided by SAC for installation and commissioning of SEM at SAC premises. This shall include requirements (if any) of : - Mains supply voltage and connection type - Chilled water / Compressed air requirements with flow rate, pressure etc. - Vibration limits, if applicable.
2.8.2.The supplier should provide details regarding the safety measures adopted in the system in relation with the high KV, radiation levels etc 2.8.3.The complete footprint of the installed equipment along with the required utility equipments should be provided keeping in mind the service related issues. 2.8.4. Supplier should quote for one set of calibration standards / samples for periodic calibration of magnification / resolution. 2.8.5.Vendor shall also quote additional internal or external accessories required to meet all the specifications. 2.8.6.Vendor shall impart On-site comprehensive training for operation of equipment to SAC personnel. Also, training shall be provided for first level trouble shooting. 2.9 General: 2.9.1 Requirement is for a fully integrated Scanning Electron Microscope (quote for Refurbished equipment or only sub modules will not be entertained). The supplier should certify that the system is brand new and there are no refurbished components used within the system. Year of manufacture and origin certificate for all the parts and assemblies shall be provided along with the supply. 2.9.2 Vendor to quote any other hardware/software/calibration standard required to meet above specifications and application requirements. 2.9.3 Instrument storage temperature range : 0 to +40 deg C (min) 2.9.4 Temperature range over which all the specification shall be met: 23 ± 5 deg C 2.9.4 All necessary power cords with Indian 3-pin plug type to be provided by vendor 2.9.5 Warranty: Minimum 3 years warranty from the date of installation and acceptance by SAC. If standard warranty is one year, vendor to quote for additional two years warranty separately. 2 years extended warranty may be quoted as an option. 2.9.6 The supplier should bring out the parts not included under warranty/extended warranty and provide a budgetary quotation for the same. 2.9.7 Warranty and post warranty services must be available in India. The supplier should provide information about the level at which maintenance can be supported by them i.e. component level/card level/assembly level. 2.9.8 Vendor to confirm the availability of service and spares for minimum 10 years after delivery. 2.9.9 Vendor to configure the SEM which should comply with the specifications of this requirement. Vendor may quote multiple models/options, if available, separately. 2.9.10 Vendor to provide point-by-point compliance matrix with guaranteed values for the above specifications along with page number of data sheet/product literature. 2.9.11 Detailed catalogue in English is mandatory with quotation for specification compliance verification. 2.9.12 Operational, programming and service manual (in English) must be provided with the instrument. Supplier to provide soft copy of these manuals in a DVD also. Supplier should provide all the manuals including installation manual, user manual, operation & troubleshooting manual and OEM parts manuals etc. All troubleshooting manuals shall have drawings at module and preferably card level giving complete description of the components used.
2.9.13 On-site installation, training and compliance demonstration shall be vendor s responsibility. 2.9.14 Only authorized representative of the manufacturing company shall quote. Supply must be from manufacturer or authorized Indian representative. Please attach authorization certificate. 2.9.15 Vendor to send specification compliance & unit photographs (from all sides) in advance, for shipment clearance. The supplier should provide compliance certificate for all the OEM parts. 2.9.16 If required, vendor should be ready for pre-order technical discussions at SAC, with the prior intimation not exceeding seven working days. Vendor to provide confirmation for this requirement with the quote. Such technical discussion shall not be considered as final acceptance of the bid. 2.9.17 Supplier shall provide list of institutes within India, with contact details where, similar equipments are supplied. 3.0 Instructions to Vendors: 3.1 Pre bid discussion can be arranged on vendor s demand. 3.2 The quotation should consist of two parts. Both the parts shall be supplied is separate sealed envelopes. On the envelope the purchase reference number / tender number and shall be written clearly. (a) PART-1: Technical Bid should consist of: (i) All technical details with each part assigned to corresponding functional clarification, as required in the document (ii) Delivery schedule Requirements of export license any other clearances required from authority Un-priced copy of Commercial Bid including all applicable taxes and payment terms etc. Envelope containing technical bid shall have marking: Technical Proposal for Scanning Electron Microscope (b) PART-2: Commercial Bid (i) All break-up prices along with the commercial terms. (ii) Details of all the taxes applicable Envelope containing Commercial bid shall have marking Commercial Proposal for Scanning Electron Microscope Note: Part-2 shall be submitted in a separate sealed envelope. This requirement should be strictly adhered to. However, both bids should be submitted together in a sealed envelope.
GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE PURCHASE DIVISION INSTRUCTIONS TO TENDERERS AND TERMS & CONDITIONS OF TENDER 1. The Tenderers should submit quotations in sealed envelope, superscribing the Tender No. and due date of opening and complete in all respects with technical specifications, including pamphlets and catalogues. Separate instructions, if any in this regard should be strictly complied with. 2. A Proforma Invoice may also be given which should contain the following information: a) The FOB/FCA value, for import by Sea freight / Air freight up to Ahmedabad and for air parcel post up to Ahmedabad should be separately indicated. b) Agency Commission: The amount of commission included in the price and payable to the Indian Agent of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees on the basis of an Invoice from him applying T.T. buying rate of exchange ruling on the date of placement of the Purchase Order and which shall not be subject to any further exchange variations. This payment will be released to the Indian Agent after receipt and acceptance the goods in India. c) The Contractor shall invoice only for the net amount payable to him, after deducting the amount of Agency Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser. However, the Contractor's invoice should separately reflect the amount of commission payable to his Indian Agent. d) The earliest delivery period and country of origin of the Stores. e) Banker's name, address, telephone/fax Nos. & e-mail ID of the Contractor. f) The approximate net and gross weight and dimensions of packages / cases. g) Recommended spares for satisfactory operation for a minimum period of one year beyond warranty. h) Details of any technical service, if required for erection, assembly, commissioning and demonstration. 3. The FOB/FCA prices quoted should be inclusive of all taxes, levies, duties arising in the tenderer's country. 4. The offer should be valid for a minimum period of 90 days or longer if called for from the due date of opening of the tender. 5. Samples, if called for, should be sent free of all charges. 6. Late and delayed tenders will not be considered. Quotations by fax must be followed by detailed offers. 7. Offers made by Indian Agents on behalf of their Principals, should be supported by the proforma invoice of their Principals. a) In a tender either the Indian Agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender.
b) If an agent submits bid on behalf of the principal/oem, the same agent shall not submit a bid on behalf of another principal/oem in the same tender for the same item/product. 8. We are exempted from Customs/Excise Duties. 9. The details of Import Licence will be furnished in the Purchase Order. 10. The authority of person signing the tender, if called for, shall be produced. 11. Instructions / Operation Manual containing all assembly details including wiring diagrams should be sent wherever necessary in duplicate. All documents / correspondence should be in English language only. 12. The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without assigning any reason. 13. It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in writing by the Purchaser. 14. a) Part shipment is not allowed unless specifically agreed to by us. b) As far as possible stores should be despatched by Indian Flag Vessels / Air India through an Agency nominated by us. 15. Inspection / Test Certificate should be provided for the goods after testing it thoroughly at the Contractor's works. If any Inspection by Lloyds or any other testing agency is considered necessary, it shall be arranged by Contractor. 16. Where erection or assembly or commissioning is a part of the Contract, it should be done immediately on notification. The Contractor shall be responsible for any loss/damage sustained due to delay in fulfilling this responsibility. 17. For items having shelf life, those with maximum shelf life should be supplied if order is placed. 17. No request for extension for due date for submission of tenders will be entertained. 18. Unsigned quotations will be rejected. 19. In case, the vendors are falling under the category of MSME, registered under NSIC and would like to avail exemptions, their quotations should be accompanied with necessary registration certificate with declaration to consider their offer. Quotation received without such declaration and valid registration certificate will not be considered for exemptions under Public Procurement Policy. TERMS AND CONDITIONS 1. DEFINITIONS: (a) The term 'Purchaser' shall mean the President of India or his successors or assignees. (b) The term 'Contractor' shall mean, the person, firm or company with whom or with which the order for the supply of stores is placed and shall be deemed to include the Contractor's Successors, representatives, heirs, executors and administrators unless excluded by the Contract. (c) The term 'Purchase Order' shall mean the communication signed on behalf of the Purchaser by duly authorised officer intimating the acceptance on behalf of the Purchaser on the terms and conditions mentioned or referred to in the said communication accepting the Tender or offer of the Contractor for supply of stores, plant, machinery or equipment or part thereof. (d) The term 'Stores' shall mean what the Contractor agrees to supply under the Contract as specified in the Purchase Order.
2. PRICES: Tenders offering firm prices will be preferred. Where a price variation clause is insisted upon by tenderer, quotations with a reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at the time of tendering and also the formula for any such variations. However, such clauses will be subject to final acceptance by Purchaser. 3. TERMS OF PAYMENT: 3.1 Being a Department of the Government of India, the normal terms of payment are by Sight Draft. However other terms of payment like establishment of Letter of Credit may be considered by the Purchaser on such terms and conditions as may be agreed upon. 3.2 The Sight Draft / Letter of Credit will be operative on presentation of the under mentioned documents: a) Original Bill of Lading / Airway Bill b) Commercially certified invoices in triplicate, describing the stores delivered, quantity, unit rate and their total value. The invoice should indicate discounts, and Agency Commission if any separately. c) Packing List showing individual dimensions and weight of packages. d) Country of Origin Certificate in duplicate. e) Test Certificate. f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser. g) Warrantee and guarantee Certificate/s vide Clause 20 herein below 4. IMPORT LICENCE: Reference to Import License No. & date and Contract number & date shall be prominently indicated in all the documents vide Para 3.2. 5. DEMURRAGE: Supplier shall bear demurrage charges, if any, incurred by the Purchaser due to delayed presentation of shipping documents as prescribed in Para 3.2 to the bankers beyond a reasonable time (say within 10-12 days) from the date of bill of lading for sea consignments and within 3-4 days from the date of Air Way Bill for air consignments. 6. ADDRESS OF INDIAN AGENT:. 7. GUARANTEED TIME OF DELIVERY: The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the essence of the Contract. Delivery must be completed within the date specified therein.
8. INSPECTION AND ACCEPTANCE TESTS: 8.1 The Purchaser's representatives shall also be entitled at all reasonable times during manufacture to inspect, examine and test on the Contractor's premises the material and workmanship of all stores to be supplied under the Contract and if part of the said stores is being manufactured on other premises, the Contractor shall obtain for the Purchaser's representative permission to inspect, examine and test as if the equipment were being manufactured on the Contractor's premises. Such inspection, examination and testing shall not release the Contractor from the obligations under this Contract. 8.2 For tests on the premises of the Contractor or of any of his sub- Contractors, the Contractor shall provide free of cost assistance, labour, material, electricity, fuel and instruments as may be required or as may be reasonably needed by the Purchaser's representative to carry out the tests efficiently. 8.3 When the stores have passed the specified test, the Purchaser's representative shall furnish a certificate to the effect in writing to the Contractor. The Contractor shall provide copies of the test/s certificates to the Purchaser as may be required. 9. MODE OF DESPATCH: Generally, stores should be despatched through Indian Flagged Vessel / Air India or through any other Agency nominated by the Purchaser. A copy of the invoice and packing list should invariably be kept inside each of the packages. 10. PORT OF ENTRY: FOR AIR SHIPMENTS: AHMEDABAD (Via Mumbai, if required) FOR SEA SHIPMENTS: NHAVASHEVA/Mumbai Seaport 11. CONSIGNEE: Sr. Purchase & Stores Officer, Central Stores, Space Applications Centre (SAC), Ahmedabad 12. SHIPPING MARKS: The mark on the shipping documents such as invoice, bill of lading and on the packages should be as follow: PURCHASE ORDER NO... DATED. GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE Destination:... & Port of Entry:... 13. INSURANCE OF THE STORES: The necessity or otherwise of insurance will be as indicated in the Purchase Order.
14. CONTRACTOR'S DEFAULT LIABILITY: 14.1 The Purchaser may upon written notice of default to the Contractor terminate the Contract in whole or in part in circumstances detailed hereunder: a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the time specified in the Contract/agreement or within the period for which extension has been granted by the Purchaser to the Contractor. b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of this Contract. 15. In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the Purchaser reserves the right to Purchase, upon such terms and in such a manner as he may deem appropriate, stores similar to that terminated and the Contractor shall be liable to the Purchaser for any additional costs for such similar stores and/or for liquidated damages for delay as defined in Clause 19 until such reasonable time as may be required for the final supply of stores. 15.1 If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights provided in this Article, may require the Contractor to transfer title and deliver to the Purchaser under any of the following clauses in the manner and as directed by the Purchaser: a) Any completed stores. b) Such partially completed stores, drawing, information and Contract rights (hereinafter called manufacturing material) as the Contractor has specifically produced or acquired for the performance of the Contract as terminated. The Purchaser shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the Purchaser and for manufacturing material delivered and accepted. 15.2 In the event the Purchaser does not terminate the Contract as provided in Clause 14, the Contractor shall continue the performance of the Contract in which case he shall be liable to the Purchaser for liquidated damages for delay as set out in Clause 19 until the stores are accepted. 16. REPLACEMENT: If the stores or any portion thereof is damaged or lost during transit, the Purchaser shall give notice to the Contractor setting forth particulars of such stores damaged or lost during transit. The replacement of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in the intended usage of the Stores. In case the Purchaser agrees, the price towards replacement items shall be paid by the Purchaser on the basis of original price quoted in the tender or as reasonably worked out from the tender. 17. REJECTION: In the event that any of the stores supplied by the Contractor is found defective in material or workmanship or otherwise not in conformity with the requirements of the Contract specifications, the Purchaser shall either reject the stores or request the Contractor, in writing, to rectify the same. The Contractor, on receipt of such
notification, shall either rectify or replace the defective stores free of cost to the Purchaser. If the Contractor fails to do so, the Purchaser may at his option either: a) Replace or rectify such defective stores and recover the extra cost so involved from the Contractor, or b) Terminate the Contract for default as provided under Clause 14 above, or c) Acquire the defective stores at a reduced price considered equitable under the circumstances. The provision of this article shall not prejudice any other rights of Purchaser's under the Contract including recovery of liquidated damages for delay. 18. EXTENSION OF TIME: If the completion of supply of stores is delayed due to reasons of force majeure such as acts of god, acts of public enemy, acts of Government, fires, floods, epidemics, quarantine restriction, strikes, freight embargoes, etc., the Contractor shall give notice within 15 days to the Purchaser in writing of his claim for an extension of time. The Purchaser on receipt of such notice after verification, if necessary, may agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms and conditions of the Contract. 19. DELAY IN COMPLETION / LIQUIDATED DAMAGES: If the Contractor fails to deliver the stores within the time specified in the Contract or any extension thereof, the Purchaser shall recover from the Contractor as liquidated damages a sum of one-half of one percent (0.5%) of the Contract price of the undelivered stores for each calendar week of delay. The total liquidated damages shall not exceed ten percent (10 %) of the Contract price of the portion of stores so delayed. Stores will be deemed to have been delivered only when all their component parts are also delivered. If certain components are not delivered in time, the stores will be considered as delayed until such time as the missing parts are delivered. 20. GUARANTEE & REPLACEMENT: a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down for material, workmanship and performance. b) For a period of twelve months (or such period as agreed upon by the parties) after the acceptance of the stores, if any defects are discovered therein or any defects therein are found to have developed under proper use arising from faulty materials, design or workmanship, the Contractor shall remedy such defects at his own cost provided he is called upon to do so within a period of 14 months (or such period as specified in Contract) from the date of acceptance thereof by the Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty. c) If in the opinion of the Purchaser it becomes necessary to replace or renew any defective stores, such replacements or renewals shall be made by the Contractor free of all costs to the Purchaser provided the notice informing the Contractor of the defect is given by the Purchaser in this regard within the said period of 14 months (or such period as specified in Contract) from the date of acceptance thereof.
d) Should the Contractor fail to rectify the defects, the Purchaser shall have the right to reject or repair or replace at the cost of the Contractor the whole or any portion of the defective stores. e) The decision of the Purchaser, notwithstanding any prior approval or acceptance or inspection thereof on behalf of the Purchaser, as to whether or not the stores supplied by the Contractor are defective or any defects has developed within the said period of 12 months (or such agreed period) or as to whether the nature of the defects requires renewal or replacement shall be final, conclusive and binding on the Contractor. f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above, the Contractor shall, at the option of the Purchaser, furnish a Bank Guarantee (as prescribed by the Purchaser - Bank Guarantee format enclosed) from a Bank approved by the Purchaser for an amount equivalent to 10% of the value of the Contract along with first shipment documents. On the performance and completion of the Contract in all respects, the Bank Guarantee will be returned to the Contractor without any interest. g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival of stores at Purchaser's site. h) Even while the 12 months guarantee applies to all stores, in case where a greater period is called for by our specifications, then such a specification shall apply, and in such cases, the period of 14 months referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months. 21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORES/SPARE PARTS ORDERED: The Contractor shall also undertake the supply of additional number of items covered by the order as considered necessary by the Purchaser at a later date, the actual price to be paid shall be mutually agreed to after negotiations. 22. PACKING: a) The Contractor wherever applicable shall pack and crate all stores for sea / air shipment as applicable in a manner suitable for export to a tropical humid climate, in accordance with internationally accepted export practices and in such a manner so as to protect it from damage and deterioration in transit by road, rail or sea for space qualified stores. The Contractors shall be held responsible for all damages due to improper packing. b) The Contractor shall ensure that each box / unit of shipment is legible and properly marked for correct identification. The failure to comply with this requirement shall make the Contractor liable for additional expenses involved. c) The Contractor shall notify the Purchaser of the date of shipment from the port of embarkation as well as the expected date of arrival of such shipment at the designated port of arrival. d) The Contractor shall give complete shipment information concerning the weight, size, content of each packages, etc. e) Transhipment of equipment shall not be permitted except with the written permission of the Purchaser.
f) Apart from the despatch documents negotiated through Bank, the following documents shall also be airmailed to the Purchaser within 7 days from the date of shipment by sea and within 3 days in case of air-consignments: a) Commercial Bill of Lading / Air Way Bill / Post parcel Receipt. (Two non-negotiable copies) b) Invoice (3 copies) c) Packing List (3 copies) d) Test Certificate (3 copies) e) Certificate of Origin. The Contractor shall also ensure that one copy of the packing list is enclosed in each case. 23. ARBITRATION: If at any time any question, dispute or difference whatsoever shall arise between the Purchaser and the Contractor upon or in connection with this Contract, either party may forthwith give to the other notice in writing of the existence of such question, dispute or difference and the same shall be referred to the adjudication of two arbitrators, one to be nominated by Purchaser, other by a Contractor and in the event of any difference of opinion, the arbitrators will refer the matter to the umpire. The arbitration shall be conducted in accordance with the rules and procedure for arbitration of the International Chamber of Commerce at Paris. The expenses of the arbitrators and umpire shall be paid as may be determined by them. However, the venue of such arbitration should be in India. 24. LANGUAGE AND MEASURES: All documents pertaining to the Contract including specification, schedule, notice, correspondence, operating and maintenance instructions, drawings or any other writings shall be written in English language. The metric system of measurement shall be used exclusively in the Contract. 25. INDEMNITY: The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this Contract are free and clean of infringement of any patent, copyright or trade mark and shall at all times indemnify the Purchaser against all claims which may be made in respect of stores for infringement of any right protected by Patent, Registration of design or Trade Mark, and shall take all risk of accident or damage which may cause a failure of the supply from whatever cause arising and the entire responsibility for the sufficiency of all the means used by him for the fulfilment of the Contract. 26. COUNTER TERMS AND CONDITIONS OF SUPPLIERS: Where counter terms and conditions/printed or cyclostyled conditions have been offered by the bidder, the same shall not be deemed to have been accepted by the Purchaser unless specific written acceptance thereof is obtained.
27. SECURITY INTEREST: On each item to be delivered under this Contract, including an item of work in progress in respect of which payments have been made in accordance with the terms of the Contract, Purchaser shall have a security interest in such items which shall be deemed to be released only at the time when the applicable deliverable item is finally accepted and delivered to the Purchaser in accordance with the terms of the Contract. Such security interest of the Purchaser shall constitute a prior charge as against any other charge or interest created in respect of such items by any entity. 28. BANK CHARGES: While the Purchaser shall bear the bank charge payable to his Bankers (State Bank of India), the Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising amendment commissions. 29. TRAINING: The Contractor shall, if required by the Purchaser, provide facilities for the practical training of Purchaser's engineering / technical personnel from India and for their active association on the manufacturing processes throughout the manufacturing period of the Contract / stores. Number of such personnel to be mutually agreed upon. 30. APPLICABLE LAW: The Contract shall be interpreted, construed and governed by the laws of India. PACKING INSTRUCTIONS 1. In tune with the requirement of international plant protection convention of the FAO, UN the following has become mandatory with immediate effect. 2. All packing materials of any kind of plant origin used for packing shall require treatment including hear-kiln treatment at 56 degree centigrade for a minimum of 30 hours of methylbromide fumigation at 48g/cum for 32 hours of chemical impregnation as per international standards. 3. If the consignments are sent without the aforesaid certificate, all demurrages and other charges for treatment etc. will be to the account of the suppliers. 4. This aspect also should be taken care of while submitting the offers. 5. If the packaging material being used for your product does not come under the category material of plant origin (i.e. Leaves, grass, wood etc.) Please certify the same in your quote and ignore the above instructions. However, the same should be ascertained at the time of actual shipment if the order is awarded to you. ***
STANDARD TENDER FORM (Seal of the Company) TENDER FORM From:......... To: The Sr. /Purchase & Stores Officer,... (Name of the Centre/Unit)... Dear Sir, Tender No.:... Due on:... Ref. No.:... Date:... I/We hereby offer to supply the stores detailed below at the price hereunder quoted and agree to hold this offer open till I/we shall be bound to supply the stores hereby offered upon the issue of the Purchase Order communicating the acceptance thereof on or before the expiry of the last mentioned date. You are at liberty to accept any one or more of the items of stores tendered for or any portion of any one or more of the items of such stores. I/We, notwithstanding that the offer in this tender has not been accepted in whole, shall be bound to supply to you such items and such items and such portion or portions of one or more of the items as may be specified in the said Purchase Order communicating the acceptance: Sl. No. Description Quantity Unit Rate Rs. Delivery Date Note: All the rates should be given both in figures and words Place at which delivery will be made Date by which the ordered item/s will be supplied 2. I/We have understood the items of the tender annexed to the invitation to tender and have thoroughly examined the specifications/drawing and/or pattern quoted or referred to herein and am/are fully aware of the nature of the stores required and my/our offer is to supply the stores strictly in accordance with the requirements subject to the terms and conditions stipulated in the enquiry and contained in the Purchase Order communicating the acceptance of this tender either in whole or in part. Signature of Tenderer Date:
Instructions for Two Part Tender We are proposing to invite tenders in two parts viz. Part I : Technical and Commercial Part II: Price All tenderers are requested to carefully follow the following instructions before preparing their offer. 1) Part I: Technical & Commercial Bid Part (a) Technical 1. This part should contain detailed specifications of the items quoted by you along with technical literature and leaflets if any. 2. A compliance statement showing the compliance of the item quoted by you with that of item tendered by us should be prepared and enclosed to this. 3. Any other information called for in the tender related technical and specifications can also come in this part. 4. Prices should not be indicated in this cover. Part (b) Commercial Terms: (Without Prices) 1. The commercial terms applicable for the item quoted by you should be indicated in this part. 2. If any compliance statement is called for the commercial terms / contractual terms and conditions, the same is to be attached in this part. 3. Prices should not be indicated in this part. However a copy of the price bid (without prices) can be enclosed in this part to enable to understand whether all the items required to be quoted by you have been quoted in the price bid. Alternatively a statement is to be made indicating that you have quoted prices for all the items as per the tender and enclosed in the Price Bid as per the format. 4. The Commercial terms such as delivery terms, delivery period, payment terms, Warranty, validity of the offer, installation & commissioning, duties and taxes etc., shall come into this. Notes: 1. Either Technical Specifications or terms & conditions as above should be very clearly reflected item-wise with reference to the items called for in the tender. 2. Please note that the PRICE SHOULD NOT BE indicated in this part. 3. Technical and Commercial part as described above shall be prepared and put it in a sealed cover & super scribed and addressed as follows: Tender No. : Due Date : PART I : Technical & Commercial Bid From: The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015
2) Part II: Price Bid 1. The prices applicable for the items, item-wise in response to the tender shall come into this part. 2. Tenderer shall indicate very clearly item-wise prices with reference to their technical offer. 3. Price part prepared as above shall be enveloped and superscribed as follows: Tender No. : Due Date : PART II : Price Bid From : The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015 3) The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as above along with Tender fee cover (if applicable) should be inserted in another envelope and superscribed as follows: Tender No. : Due Date : Part I & Part II are individually sealed and kept inside: (DD towards tender fee also is kept inside) From: The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015 Important Notes: 1. Being a Two-Part Tender, fax/mail quotations will not be accepted. Please ensure your offers are received by post before due date and time. 2. In case you are going to download the documents from our website and submitting the offer, you are requested to submit the demand draft towards Tender fee in a separate cover along with a covering letter duly superscribing on the cover Tender fee in respect of Tender No.. 3. Quotations submitted contrary to above instructions are liable to be rejected.
Compliance Statement required to be filled and enclosed along with the technical and commercial bid by the vendor. Sr. Commercial terms No. 1. Delivery terms (Ex-works, FOB, FCA, etc.) Purchaser is having an air consolidation contract and their freight forwarder will arrange to collect the consignment from your premises/will take the responsibility for onward transmission from the point of delivery as per INCOTERMS 2010. This is applicable for import cases. 2. Packing charges (inclusive/exclusive) 3. Delivery period (in weeks/months) 4. Payment terms: Our standard term is Sight Draft (import) Within 30 days from the date of acceptance (indigenous). 5. Country of origin To be declared in the invoice. 6. Name and address of the Indian Agent.(if any) 7. Percentage of agency commission included in the quoted price payable in Indian Rupees only directly to the Indian Agent. 8. Validity of the offer Minimum of 120 days from the date of opening. 9. If you are an Indian Agent, please enclose the authorization letter of your Principal and confirm that whether you have enrolled with DGS&D as per rules. 10. In a tender, either the Indian agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender. 11. If an agent submits bid on behalf of the Principal/OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender for the same item/product. 12. Cost of spares Included in the price bid / not included. 13. Will you be able to provide consumables/spares for 10 years? 14. Taxes and duties : Compliance/Remarks/Comments by Vendor Taxes in India to the account of Purchaser. Outside India to Seller s/contractor s account. Please indicate your Tax Registration Number. Wherever installation involved, Income Tax @ 2% will be deducted from the bill and a certificate issued. Installation in India will attract Service Tax @ 12.36%. If required, orders for supply and installation can be issued separately. Work order will attract work contract tax as per rules. Please confirm whether you have included WCT in your offer.
Customs Duty Exemption Certificate (CDEC) will be issued by Purchaser. Hence no CD is to be included in your offer wherever applicable. Please indicate rate of the Sales Tax/VAT applicable. Octroi Duty/Entry Tax exempted. Exemption certificate will be issued, if required. Purchaser is eligible for full Excise Duty exemption. Excise Duty exemption certificate will be issued. 15. No Insurance is required at Purchaser s cost. 16. For two part bids two separate sealed envelopes are to be sent duly superscripted as follows : 1. Technical & Commercial Bid 2. Price Bid Please refer instructions. 17. Wherever EMD/tender fee is payable Provide the same in the form of crossed Demand Draft in favour of The Accounts Officer, SAC, Ahmedabad along with the bid but in a separate cover or along with technical bid. On the back side of the D.D, please write your company s name. 18. Language to be used in all correspondence English 19. Measurements Metric system to be followed 20. Whether prequalification of your facility procedure completed (if applicable). 21. Warranty period We need minimum 3 years from the date of acceptance. In case the product has a standard warranty of 1 year, confirm that additional 2 years warranty cost is indicated in the price bid/prices. However the warranty requirement if projected in RFP shall prevail. 22. Defective/rejected items if any, are to be replaced free of cost. 23. Confirm whether you will be able to provide samples if called for, free of cost. 24. Approximate weight (net and gross) of the consignment. 25. Instruction/operational manual to be supplied free of cost. 26. Supply and installation is subject to Purchaser s acceptance. 27. LC extension charges to your account, in case of delay from your side. 28. Items from latest production batch only are to be supplied. 29. Wherever Export Licence required, payment will be made after getting export licence and after confirmation by the supplier, with a copy of Export Licence. 30. Bank Guarantees (from Nationalised/ Scheduled Bank/ Bank approved by Purchaser. Advance payment for the equal value valid till the completion of contract/acceptance, is to be provide by you. Towards issue of Free Issue Material by Purchaser for the value of the material issued, is to be provided.
The Bill of material for the material used for the Fabrication work and available balance to be prepared by you and countersigned by the User Department is to be sent along with the final bill for arranging the balance/payment. Towards Performance of the Contract and Product for 10% value valid till the expiry of warranty period. 31. Security Deposit is to be submitted to SAC by the successful bidder (wherever applicable )on awarding the contract 32. Training free of cost to be imparted at Purchaser s site. 33. Bank charges wherever applicable shall be paid by Purchaser/Contractor to their respective Bankers. 34. Arbitration proceedings Within India as per provisions of Arbitration and Conciliation Act 1996. 35. Liquidated Damages @ 0.5% per week for the delayed portion maximum 10% of the contract value. 36. Force Majeure conditions applicable? 37. Acceptance of Fall clause. The rates as per the charges of the Contract should not in any event exceed the lowest rates, the supplier charge to any other party or organization. If at any time during the period of contract, the supplier reduce the charges to any other party, then they shall forth-with notify such reduction to Sr. Head, Purchase & Stores, SAC and reduce the contract rates subsequently, from the date of coming into force of such reduction. 38. You are requested to indicate the registration number; you have for Sales Tax/Service Tax as the case may be with concerned Government authorities. Also you are requested to provide company registration details wherever applicable along with copy of the company registration certificate. The offers received without the above information will be summarily rejected.
भ रत सरक र अ त रक वभ ग अ त रक उपय ग क (इसर ) आ ब व ड वस त र प.ओ. अहमद ब द 380 015 (भ रत) द रभ ष +91-79-2691 3051/98 फ क न. : +91-79-2691 5835/02/48 Government of India Department of Space SPACE APPLICATIONS CENTRE (ISRO) Ambawadi Vistar P.O. Ahmedabad 380 015 (INDIA) Telephone : +91-79 2691 3051/98 Fax No. : +91-79 2691 5835 / 02 /48 Email: publictender@sac.isro.gov.in न वद स चन स. स क / प ट / 08 / 2015-16 Tender Notice No.SAC/ PT / 08 / 2015-16 नयत त थ.स. S.N न वद न. Tender No. स क ववरण Brief Description 14B(अपर 3 बज तक) 15BDue on (up to 3 pm) 8. AHMR 201500100201 Phase Noise Analyser (Two Part Tender) 07-10-2015
GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE AHMEDABAD 380 015, INDIA PURCHASE & STORES INVITATION TO TENDER Ph No: Fax 079-2691 3067 079-2691 5848/02/35 Date :03/09/2015 M/s 000000 Our Ref No : AHMR 2015-001002-01 Tender Due: 15:00 Hrs ISTon 07/10/2015 Opening : 15:30 Hrs ISTon 07/10/2015 Dear Sirs, Please submit your sealed quotation, in the Tender Form enclosed here along with the descriptive catalogues / pamphlets /literature,superscribed with Our Ref.No. and Due Date for the supply of the following items as per the terms & conditions mentioned in Annexure( Form No: As per overleaf. ) S.No. Description of Items with Specifications Unit Quantity 1 Phase Noise Analyser with specification as per attached sheet DELIVERY AT: MODE OF DESPATCH DUTY EXEMPTIONS SAC, STORES BY AIR FRE We are exempted from the payment of excise/customs duty. SPECIAL INSTRUCTIONS Mention validity, warranty, payment terms & delivery terms. SPECIFIC TERMS As per overleaf. INSTRUCTIONS TO TENDERERS: Detailed specifications as per Annexure. Please mention our ref. no. AHMR 20150100201 (DF/88) and tender due date on your quotation & envelope. Vendors shall strictly quote in slabs of 1, 2-3, 4-5 Nos is required. Please note that this is a TWO-PART TENDER. Send your quotation as per attached instructions only. Quotation not confirming to the instructions will be rejected. Fax quotations will not be accepted. Technical & Commercial Compliance statement confirming compliance with all the point of Tech & Commercial annexures enclosed with the tender document shall be submitted along with the offer. In absence of the same, your offer shall be summarily rejected. Please submit your offer along with Demand Draft equivalent to Rs.545/- towards the cost of Tender Fees in favour of "ACCOUNTS OFFICER, SAC, AHMEDABAD". LIQUIDATED DAMAGES: If the supplier fails to deliver the Products within the time specified in order or any extension thereof, the purchase shall recover from the supplier as Liquidated Damages a sum of zero point five percent (0.5%) of order value of the undelivered products for each calendar week of delay- The total Liquidated Damages shall not exceed 10% (ten percent) of total order value. PERFORMANCE BANK GUARANTEE: The Supplier shall furnish a Performance Bank Guarantee for 10% of the Order Value from a Nationalized or scheduled Bank which should be valid till the completion of warranty period.
GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE AHMEDABAD 380 015, INDIA PURCHASE & STORES Ph No: Fax 079-2691 3067 079-2691 5848/02/35 Date :03/09/2015 BALRAJ SINGH PUR & STORES OFFICER For and on behalf of the President of India The Purchaser
Page 1 of 2 Specifications of Phase Noise Analyzer Sr. Parameter Unit Specification No. 1. Frequency Range (system with inbuilt low GHz 2 MHz - 50 GHz noise reference source). 2. Offset Analysis Hz 1 Hz to 1 MHz 3. Measurement Accuracy db ± 2 db up to 1 MHz offset 4. Noise Floor (with nominal RF input of +10dBm) dbc/hz 2 MHz to 1.6 GHz 1 Hz offset -127 10 Hz -137 100 Hz -147 1 khz -157 10 khz -165 100kHz above -165 1.6 GHz to 50 GHz 1 Hz offset -117 10 Hz -127 100 Hz -137 1 khz -147 10 khz -157 100kHz above -165 5. RF Input level dbm -10 to +15 6. Measurement mode Automatic and Manual 7. Data Processing Spurious: in dbc Integrated Power: in dbc, radian rms, radian², degree rms, degree², Hz rms, Hz² Variance: Allan, True Jitter: sec-rms, sec-pp Spectrum Analysis: (f) dbc/hz Printing: Any windows supported Printer to be supported Ext Synthesizer Driver: User defined IEEE-488 menu to set most of commercial RF synthesizers 8 Measurement Speed with <30 seconds maximum (100Hz to 1MHz offset) 10 averages 9 Display functions Smooth, spec-line, frequency & level markers, spurs list. 10 Spurious level dbc - 110 11 Provision for extending / upgrading at a later date Additive noise measurement Delay line method measurement Solution for unstable source measurement 12 Low Noise Built-in DC FM Reference MW Synthesizer to meet the below measurement Specifications i Measurement Frequency Range MHz 2 MHz to 50 GHz
Page 2 of 2 Frequency Phase noise in dbc/hz at offsets Range, MHz 1 Hz 100 Hz 1 khz 1 MHz 26000-50000 -17-68 -93-117 18000-26000 -23-74 -99-123 17360 18000-27 -78-100 -121 8680 17360-27 -78-103 -127 4340 8680-33 -84-109 -133 2048 4340-39 -90-115 -139 1024 2048-45 -96-121 -145 512 1024-51 -102-127 -149 256 512-57 -108-133 -149 128 256-63 -114-139 -149 64 128-69 -120-145 -149 32 64-75 -126-149 -149 16 32-81 -132-149 -149 8 16-87 -139-149 -152 4 8-93 -144-149 -152 2 4-99 -149-149 - 13 PC controller Equipment should come with controller with USB, DVD, burner, Minimum 40GB HDD storage. 14 Input Connector SMA type 15 Input Impedance 50 Ohms 16 Frequency Stability Long term frequency stability measurements. 17 Calibration Calibration option shall be provided at site. 18 Operating Temp. range C 10 to 40 19 Power requirements 240± 10% V AC, single phase, 50 Hz 20 Pulsed measurements Pulsed Signal Phase noise duty cycle up to 1% measurements for frequency range from 2 MHz to 18 GHz. 21 General Requirements: 1) System should be of modular plug-in architecture with provision to upgrade up to 140 GHz in future. 2) Vendor must have service facility in India. 3) Vendor should be either OEM or their authorized distributor in India. 4) OEM Authorization letter is must for distributors to offer their solution. 5) OEM must be ISO9001:2008 certified. 6) Warranty shall be quoted for 1 year (standard), 2 years extended warranty (optional item), 3 years extended warranty (optional item) and 4 years extended warranty (optional item). Under warranty, items covered shall be specified. 7) Quote in slabs of 1, 2-3, 4-5 Nos. is required.
GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE PURCHASE DIVISION INSTRUCTIONS TO TENDERERS AND TERMS & CONDITIONS OF TENDER 1. The Tenderers should submit quotations in sealed envelope, superscribing the Tender No. and due date of opening and complete in all respects with technical specifications, including pamphlets and catalogues. Separate instructions, if any in this regard should be strictly complied with. 2. A Proforma Invoice may also be given which should contain the following information: a) The FOB/FCA value, for import by Sea freight / Air freight up to Ahmedabad and for air parcel post up to Ahmedabad should be separately indicated. b) Agency Commission: The amount of commission included in the price and payable to the Indian Agent of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees on the basis of an Invoice from him applying T.T. buying rate of exchange ruling on the date of placement of the Purchase Order and which shall not be subject to any further exchange variations. This payment will be released to the Indian Agent after receipt and acceptance the goods in India. c) The Contractor shall invoice only for the net amount payable to him, after deducting the amount of Agency Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser. However, the Contractor's invoice should separately reflect the amount of commission payable to his Indian Agent. d) The earliest delivery period and country of origin of the Stores. e) Banker's name, address, telephone/fax Nos. & e-mail ID of the Contractor. f) The approximate net and gross weight and dimensions of packages / cases. g) Recommended spares for satisfactory operation for a minimum period of one year beyond warranty. h) Details of any technical service, if required for erection, assembly, commissioning and demonstration. 3. The FOB/FCA prices quoted should be inclusive of all taxes, levies, duties arising in the tenderer's country. 4. The offer should be valid for a minimum period of 90 days or longer if called for from the due date of opening of the tender. 5. Samples, if called for, should be sent free of all charges. 6. Late and delayed tenders will not be considered. Quotations by fax must be followed by detailed offers. 7. Offers made by Indian Agents on behalf of their Principals, should be supported by the proforma invoice of their Principals. a) In a tender either the Indian Agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender.
b) If an agent submits bid on behalf of the principal/oem, the same agent shall not submit a bid on behalf of another principal/oem in the same tender for the same item/product. 8. We are exempted from Customs/Excise Duties. 9. The details of Import Licence will be furnished in the Purchase Order. 10. The authority of person signing the tender, if called for, shall be produced. 11. Instructions / Operation Manual containing all assembly details including wiring diagrams should be sent wherever necessary in duplicate. All documents / correspondence should be in English language only. 12. The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without assigning any reason. 13. It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in writing by the Purchaser. 14. a) Part shipment is not allowed unless specifically agreed to by us. b) As far as possible stores should be despatched by Indian Flag Vessels / Air India through an Agency nominated by us. 15. Inspection / Test Certificate should be provided for the goods after testing it thoroughly at the Contractor's works. If any Inspection by Lloyds or any other testing agency is considered necessary, it shall be arranged by Contractor. 16. Where erection or assembly or commissioning is a part of the Contract, it should be done immediately on notification. The Contractor shall be responsible for any loss/damage sustained due to delay in fulfilling this responsibility. 17. For items having shelf life, those with maximum shelf life should be supplied if order is placed. 17. No request for extension for due date for submission of tenders will be entertained. 18. Unsigned quotations will be rejected. 19. In case, the vendors are falling under the category of MSME, registered under NSIC and would like to avail exemptions, their quotations should be accompanied with necessary registration certificate with declaration to consider their offer. Quotation received without such declaration and valid registration certificate will not be considered for exemptions under Public Procurement Policy. TERMS AND CONDITIONS 1. DEFINITIONS: (a) The term 'Purchaser' shall mean the President of India or his successors or assignees. (b) The term 'Contractor' shall mean, the person, firm or company with whom or with which the order for the supply of stores is placed and shall be deemed to include the Contractor's Successors, representatives, heirs, executors and administrators unless excluded by the Contract. (c) The term 'Purchase Order' shall mean the communication signed on behalf of the Purchaser by duly authorised officer intimating the acceptance on behalf of the Purchaser on the terms and conditions mentioned or referred to in the said communication accepting the Tender or offer of the Contractor for supply of stores, plant, machinery or equipment or part thereof. (d) The term 'Stores' shall mean what the Contractor agrees to supply under the Contract as specified in the Purchase Order.
2. PRICES: Tenders offering firm prices will be preferred. Where a price variation clause is insisted upon by tenderer, quotations with a reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at the time of tendering and also the formula for any such variations. However, such clauses will be subject to final acceptance by Purchaser. 3. TERMS OF PAYMENT: 3.1 Being a Department of the Government of India, the normal terms of payment are by Sight Draft. However other terms of payment like establishment of Letter of Credit may be considered by the Purchaser on such terms and conditions as may be agreed upon. 3.2 The Sight Draft / Letter of Credit will be operative on presentation of the under mentioned documents: a) Original Bill of Lading / Airway Bill b) Commercially certified invoices in triplicate, describing the stores delivered, quantity, unit rate and their total value. The invoice should indicate discounts, and Agency Commission if any separately. c) Packing List showing individual dimensions and weight of packages. d) Country of Origin Certificate in duplicate. e) Test Certificate. f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser. g) Warrantee and guarantee Certificate/s vide Clause 20 herein below 4. IMPORT LICENCE: Reference to Import License No. & date and Contract number & date shall be prominently indicated in all the documents vide Para 3.2. 5. DEMURRAGE: Supplier shall bear demurrage charges, if any, incurred by the Purchaser due to delayed presentation of shipping documents as prescribed in Para 3.2 to the bankers beyond a reasonable time (say within 10-12 days) from the date of bill of lading for sea consignments and within 3-4 days from the date of Air Way Bill for air consignments. 6. ADDRESS OF INDIAN AGENT:. 7. GUARANTEED TIME OF DELIVERY: The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the essence of the Contract. Delivery must be completed within the date specified therein.
8. INSPECTION AND ACCEPTANCE TESTS: 8.1 The Purchaser's representatives shall also be entitled at all reasonable times during manufacture to inspect, examine and test on the Contractor's premises the material and workmanship of all stores to be supplied under the Contract and if part of the said stores is being manufactured on other premises, the Contractor shall obtain for the Purchaser's representative permission to inspect, examine and test as if the equipment were being manufactured on the Contractor's premises. Such inspection, examination and testing shall not release the Contractor from the obligations under this Contract. 8.2 For tests on the premises of the Contractor or of any of his sub- Contractors, the Contractor shall provide free of cost assistance, labour, material, electricity, fuel and instruments as may be required or as may be reasonably needed by the Purchaser's representative to carry out the tests efficiently. 8.3 When the stores have passed the specified test, the Purchaser's representative shall furnish a certificate to the effect in writing to the Contractor. The Contractor shall provide copies of the test/s certificates to the Purchaser as may be required. 9. MODE OF DESPATCH: Generally, stores should be despatched through Indian Flagged Vessel / Air India or through any other Agency nominated by the Purchaser. A copy of the invoice and packing list should invariably be kept inside each of the packages. 10. PORT OF ENTRY: FOR AIR SHIPMENTS: AHMEDABAD (Via Mumbai, if required) FOR SEA SHIPMENTS: NHAVASHEVA/Mumbai Seaport 11. CONSIGNEE: Sr. Purchase & Stores Officer, Central Stores, Space Applications Centre (SAC), Ahmedabad 12. SHIPPING MARKS: The mark on the shipping documents such as invoice, bill of lading and on the packages should be as follow: PURCHASE ORDER NO... DATED. GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE Destination:... & Port of Entry:... 13. INSURANCE OF THE STORES: The necessity or otherwise of insurance will be as indicated in the Purchase Order.
14. CONTRACTOR'S DEFAULT LIABILITY: 14.1 The Purchaser may upon written notice of default to the Contractor terminate the Contract in whole or in part in circumstances detailed hereunder: a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the time specified in the Contract/agreement or within the period for which extension has been granted by the Purchaser to the Contractor. b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of this Contract. 15. In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the Purchaser reserves the right to Purchase, upon such terms and in such a manner as he may deem appropriate, stores similar to that terminated and the Contractor shall be liable to the Purchaser for any additional costs for such similar stores and/or for liquidated damages for delay as defined in Clause 19 until such reasonable time as may be required for the final supply of stores. 15.1 If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights provided in this Article, may require the Contractor to transfer title and deliver to the Purchaser under any of the following clauses in the manner and as directed by the Purchaser: a) Any completed stores. b) Such partially completed stores, drawing, information and Contract rights (hereinafter called manufacturing material) as the Contractor has specifically produced or acquired for the performance of the Contract as terminated. The Purchaser shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the Purchaser and for manufacturing material delivered and accepted. 15.2 In the event the Purchaser does not terminate the Contract as provided in Clause 14, the Contractor shall continue the performance of the Contract in which case he shall be liable to the Purchaser for liquidated damages for delay as set out in Clause 19 until the stores are accepted. 16. REPLACEMENT: If the stores or any portion thereof is damaged or lost during transit, the Purchaser shall give notice to the Contractor setting forth particulars of such stores damaged or lost during transit. The replacement of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in the intended usage of the Stores. In case the Purchaser agrees, the price towards replacement items shall be paid by the Purchaser on the basis of original price quoted in the tender or as reasonably worked out from the tender. 17. REJECTION: In the event that any of the stores supplied by the Contractor is found defective in material or workmanship or otherwise not in conformity with the requirements of the Contract specifications, the Purchaser shall either reject the stores or request the Contractor, in writing, to rectify the same. The Contractor, on receipt of such
notification, shall either rectify or replace the defective stores free of cost to the Purchaser. If the Contractor fails to do so, the Purchaser may at his option either: a) Replace or rectify such defective stores and recover the extra cost so involved from the Contractor, or b) Terminate the Contract for default as provided under Clause 14 above, or c) Acquire the defective stores at a reduced price considered equitable under the circumstances. The provision of this article shall not prejudice any other rights of Purchaser's under the Contract including recovery of liquidated damages for delay. 18. EXTENSION OF TIME: If the completion of supply of stores is delayed due to reasons of force majeure such as acts of god, acts of public enemy, acts of Government, fires, floods, epidemics, quarantine restriction, strikes, freight embargoes, etc., the Contractor shall give notice within 15 days to the Purchaser in writing of his claim for an extension of time. The Purchaser on receipt of such notice after verification, if necessary, may agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms and conditions of the Contract. 19. DELAY IN COMPLETION / LIQUIDATED DAMAGES: If the Contractor fails to deliver the stores within the time specified in the Contract or any extension thereof, the Purchaser shall recover from the Contractor as liquidated damages a sum of one-half of one percent (0.5%) of the Contract price of the undelivered stores for each calendar week of delay. The total liquidated damages shall not exceed ten percent (10 %) of the Contract price of the portion of stores so delayed. Stores will be deemed to have been delivered only when all their component parts are also delivered. If certain components are not delivered in time, the stores will be considered as delayed until such time as the missing parts are delivered. 20. GUARANTEE & REPLACEMENT: a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down for material, workmanship and performance. b) For a period of twelve months (or such period as agreed upon by the parties) after the acceptance of the stores, if any defects are discovered therein or any defects therein are found to have developed under proper use arising from faulty materials, design or workmanship, the Contractor shall remedy such defects at his own cost provided he is called upon to do so within a period of 14 months (or such period as specified in Contract) from the date of acceptance thereof by the Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty. c) If in the opinion of the Purchaser it becomes necessary to replace or renew any defective stores, such replacements or renewals shall be made by the Contractor free of all costs to the Purchaser provided the notice informing the Contractor of the defect is given by the Purchaser in this regard within the said period of 14 months (or such period as specified in Contract) from the date of acceptance thereof.
d) Should the Contractor fail to rectify the defects, the Purchaser shall have the right to reject or repair or replace at the cost of the Contractor the whole or any portion of the defective stores. e) The decision of the Purchaser, notwithstanding any prior approval or acceptance or inspection thereof on behalf of the Purchaser, as to whether or not the stores supplied by the Contractor are defective or any defects has developed within the said period of 12 months (or such agreed period) or as to whether the nature of the defects requires renewal or replacement shall be final, conclusive and binding on the Contractor. f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above, the Contractor shall, at the option of the Purchaser, furnish a Bank Guarantee (as prescribed by the Purchaser - Bank Guarantee format enclosed) from a Bank approved by the Purchaser for an amount equivalent to 10% of the value of the Contract along with first shipment documents. On the performance and completion of the Contract in all respects, the Bank Guarantee will be returned to the Contractor without any interest. g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival of stores at Purchaser's site. h) Even while the 12 months guarantee applies to all stores, in case where a greater period is called for by our specifications, then such a specification shall apply, and in such cases, the period of 14 months referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months. 21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORES/SPARE PARTS ORDERED: The Contractor shall also undertake the supply of additional number of items covered by the order as considered necessary by the Purchaser at a later date, the actual price to be paid shall be mutually agreed to after negotiations. 22. PACKING: a) The Contractor wherever applicable shall pack and crate all stores for sea / air shipment as applicable in a manner suitable for export to a tropical humid climate, in accordance with internationally accepted export practices and in such a manner so as to protect it from damage and deterioration in transit by road, rail or sea for space qualified stores. The Contractors shall be held responsible for all damages due to improper packing. b) The Contractor shall ensure that each box / unit of shipment is legible and properly marked for correct identification. The failure to comply with this requirement shall make the Contractor liable for additional expenses involved. c) The Contractor shall notify the Purchaser of the date of shipment from the port of embarkation as well as the expected date of arrival of such shipment at the designated port of arrival. d) The Contractor shall give complete shipment information concerning the weight, size, content of each packages, etc. e) Transhipment of equipment shall not be permitted except with the written permission of the Purchaser.
f) Apart from the despatch documents negotiated through Bank, the following documents shall also be airmailed to the Purchaser within 7 days from the date of shipment by sea and within 3 days in case of air-consignments: a) Commercial Bill of Lading / Air Way Bill / Post parcel Receipt. (Two non-negotiable copies) b) Invoice (3 copies) c) Packing List (3 copies) d) Test Certificate (3 copies) e) Certificate of Origin. The Contractor shall also ensure that one copy of the packing list is enclosed in each case. 23. ARBITRATION: If at any time any question, dispute or difference whatsoever shall arise between the Purchaser and the Contractor upon or in connection with this Contract, either party may forthwith give to the other notice in writing of the existence of such question, dispute or difference and the same shall be referred to the adjudication of two arbitrators, one to be nominated by Purchaser, other by a Contractor and in the event of any difference of opinion, the arbitrators will refer the matter to the umpire. The arbitration shall be conducted in accordance with the rules and procedure for arbitration of the International Chamber of Commerce at Paris. The expenses of the arbitrators and umpire shall be paid as may be determined by them. However, the venue of such arbitration should be in India. 24. LANGUAGE AND MEASURES: All documents pertaining to the Contract including specification, schedule, notice, correspondence, operating and maintenance instructions, drawings or any other writings shall be written in English language. The metric system of measurement shall be used exclusively in the Contract. 25. INDEMNITY: The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this Contract are free and clean of infringement of any patent, copyright or trade mark and shall at all times indemnify the Purchaser against all claims which may be made in respect of stores for infringement of any right protected by Patent, Registration of design or Trade Mark, and shall take all risk of accident or damage which may cause a failure of the supply from whatever cause arising and the entire responsibility for the sufficiency of all the means used by him for the fulfilment of the Contract. 26. COUNTER TERMS AND CONDITIONS OF SUPPLIERS: Where counter terms and conditions/printed or cyclostyled conditions have been offered by the bidder, the same shall not be deemed to have been accepted by the Purchaser unless specific written acceptance thereof is obtained.
27. SECURITY INTEREST: On each item to be delivered under this Contract, including an item of work in progress in respect of which payments have been made in accordance with the terms of the Contract, Purchaser shall have a security interest in such items which shall be deemed to be released only at the time when the applicable deliverable item is finally accepted and delivered to the Purchaser in accordance with the terms of the Contract. Such security interest of the Purchaser shall constitute a prior charge as against any other charge or interest created in respect of such items by any entity. 28. BANK CHARGES: While the Purchaser shall bear the bank charge payable to his Bankers (State Bank of India), the Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising amendment commissions. 29. TRAINING: The Contractor shall, if required by the Purchaser, provide facilities for the practical training of Purchaser's engineering / technical personnel from India and for their active association on the manufacturing processes throughout the manufacturing period of the Contract / stores. Number of such personnel to be mutually agreed upon. 30. APPLICABLE LAW: The Contract shall be interpreted, construed and governed by the laws of India. PACKING INSTRUCTIONS 1. In tune with the requirement of international plant protection convention of the FAO, UN the following has become mandatory with immediate effect. 2. All packing materials of any kind of plant origin used for packing shall require treatment including hear-kiln treatment at 56 degree centigrade for a minimum of 30 hours of methylbromide fumigation at 48g/cum for 32 hours of chemical impregnation as per international standards. 3. If the consignments are sent without the aforesaid certificate, all demurrages and other charges for treatment etc. will be to the account of the suppliers. 4. This aspect also should be taken care of while submitting the offers. 5. If the packaging material being used for your product does not come under the category material of plant origin (i.e. Leaves, grass, wood etc.) Please certify the same in your quote and ignore the above instructions. However, the same should be ascertained at the time of actual shipment if the order is awarded to you. ***
STANDARD TENDER FORM (Seal of the Company) TENDER FORM From:......... To: The Sr. /Purchase & Stores Officer,... (Name of the Centre/Unit)... Dear Sir, Tender No.:... Due on:... Ref. No.:... Date:... I/We hereby offer to supply the stores detailed below at the price hereunder quoted and agree to hold this offer open till I/we shall be bound to supply the stores hereby offered upon the issue of the Purchase Order communicating the acceptance thereof on or before the expiry of the last mentioned date. You are at liberty to accept any one or more of the items of stores tendered for or any portion of any one or more of the items of such stores. I/We, notwithstanding that the offer in this tender has not been accepted in whole, shall be bound to supply to you such items and such items and such portion or portions of one or more of the items as may be specified in the said Purchase Order communicating the acceptance: Sl. No. Description Quantity Unit Rate Rs. Delivery Date Note: All the rates should be given both in figures and words Place at which delivery will be made Date by which the ordered item/s will be supplied 2. I/We have understood the items of the tender annexed to the invitation to tender and have thoroughly examined the specifications/drawing and/or pattern quoted or referred to herein and am/are fully aware of the nature of the stores required and my/our offer is to supply the stores strictly in accordance with the requirements subject to the terms and conditions stipulated in the enquiry and contained in the Purchase Order communicating the acceptance of this tender either in whole or in part. Signature of Tenderer Date:
Instructions for Two Part Tender We are proposing to invite tenders in two parts viz. Part I : Technical and Commercial Part II: Price All tenderers are requested to carefully follow the following instructions before preparing their offer. 1) Part I: Technical & Commercial Bid Part (a) Technical 1. This part should contain detailed specifications of the items quoted by you along with technical literature and leaflets if any. 2. A compliance statement showing the compliance of the item quoted by you with that of item tendered by us should be prepared and enclosed to this. 3. Any other information called for in the tender related technical and specifications can also come in this part. 4. Prices should not be indicated in this cover. Part (b) Commercial Terms: (Without Prices) 1. The commercial terms applicable for the item quoted by you should be indicated in this part. 2. If any compliance statement is called for the commercial terms / contractual terms and conditions, the same is to be attached in this part. 3. Prices should not be indicated in this part. However a copy of the price bid (without prices) can be enclosed in this part to enable to understand whether all the items required to be quoted by you have been quoted in the price bid. Alternatively a statement is to be made indicating that you have quoted prices for all the items as per the tender and enclosed in the Price Bid as per the format. 4. The Commercial terms such as delivery terms, delivery period, payment terms, Warranty, validity of the offer, installation & commissioning, duties and taxes etc., shall come into this. Notes: 1. Either Technical Specifications or terms & conditions as above should be very clearly reflected item-wise with reference to the items called for in the tender. 2. Please note that the PRICE SHOULD NOT BE indicated in this part. 3. Technical and Commercial part as described above shall be prepared and put it in a sealed cover & super scribed and addressed as follows: Tender No. : Due Date : PART I : Technical & Commercial Bid From: The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015
2) Part II: Price Bid 1. The prices applicable for the items, item-wise in response to the tender shall come into this part. 2. Tenderer shall indicate very clearly item-wise prices with reference to their technical offer. 3. Price part prepared as above shall be enveloped and superscribed as follows: Tender No. : Due Date : PART II : Price Bid From : The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015 3) The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as above along with Tender fee cover (if applicable) should be inserted in another envelope and superscribed as follows: Tender No. : Due Date : Part I & Part II are individually sealed and kept inside: (DD towards tender fee also is kept inside) From: The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015 Important Notes: 1. Being a Two-Part Tender, fax/mail quotations will not be accepted. Please ensure your offers are received by post before due date and time. 2. In case you are going to download the documents from our website and submitting the offer, you are requested to submit the demand draft towards Tender fee in a separate cover along with a covering letter duly superscribing on the cover Tender fee in respect of Tender No.. 3. Quotations submitted contrary to above instructions are liable to be rejected.
Compliance Statement required to be filled and enclosed along with the technical and commercial bid by the vendor. Sr. Commercial terms No. 1. Delivery terms (Ex-works, FOB, FCA, etc.) Purchaser is having an air consolidation contract and their freight forwarder will arrange to collect the consignment from your premises/will take the responsibility for onward transmission from the point of delivery as per INCOTERMS 2010. This is applicable for import cases. 2. Packing charges (inclusive/exclusive) 3. Delivery period (in weeks/months) 4. Payment terms: Our standard term is Sight Draft (import) Within 30 days from the date of acceptance (indigenous). 5. Country of origin To be declared in the invoice. 6. Name and address of the Indian Agent.(if any) 7. Percentage of agency commission included in the quoted price payable in Indian Rupees only directly to the Indian Agent. 8. Validity of the offer Minimum of 120 days from the date of opening. 9. If you are an Indian Agent, please enclose the authorization letter of your Principal and confirm that whether you have enrolled with DGS&D as per rules. 10. In a tender, either the Indian agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender. 11. If an agent submits bid on behalf of the Principal/OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender for the same item/product. 12. Cost of spares Included in the price bid / not included. 13. Will you be able to provide consumables/spares for 10 years? 14. Taxes and duties : Compliance/Remarks/Comments by Vendor Taxes in India to the account of Purchaser. Outside India to Seller s/contractor s account. Please indicate your Tax Registration Number. Wherever installation involved, Income Tax @ 2% will be deducted from the bill and a certificate issued. Installation in India will attract Service Tax @ 12.36%. If required, orders for supply and installation can be issued separately. Work order will attract work contract tax as per rules. Please confirm whether you have included WCT in your offer.
Customs Duty Exemption Certificate (CDEC) will be issued by Purchaser. Hence no CD is to be included in your offer wherever applicable. Please indicate rate of the Sales Tax/VAT applicable. Octroi Duty/Entry Tax exempted. Exemption certificate will be issued, if required. Purchaser is eligible for full Excise Duty exemption. Excise Duty exemption certificate will be issued. 15. No Insurance is required at Purchaser s cost. 16. For two part bids two separate sealed envelopes are to be sent duly superscripted as follows : 1. Technical & Commercial Bid 2. Price Bid Please refer instructions. 17. Wherever EMD/tender fee is payable Provide the same in the form of crossed Demand Draft in favour of The Accounts Officer, SAC, Ahmedabad along with the bid but in a separate cover or along with technical bid. On the back side of the D.D, please write your company s name. 18. Language to be used in all correspondence English 19. Measurements Metric system to be followed 20. Whether prequalification of your facility procedure completed (if applicable). 21. Warranty period We need minimum 3 years from the date of acceptance. In case the product has a standard warranty of 1 year, confirm that additional 2 years warranty cost is indicated in the price bid/prices. However the warranty requirement if projected in RFP shall prevail. 22. Defective/rejected items if any, are to be replaced free of cost. 23. Confirm whether you will be able to provide samples if called for, free of cost. 24. Approximate weight (net and gross) of the consignment. 25. Instruction/operational manual to be supplied free of cost. 26. Supply and installation is subject to Purchaser s acceptance. 27. LC extension charges to your account, in case of delay from your side. 28. Items from latest production batch only are to be supplied. 29. Wherever Export Licence required, payment will be made after getting export licence and after confirmation by the supplier, with a copy of Export Licence. 30. Bank Guarantees (from Nationalised/ Scheduled Bank/ Bank approved by Purchaser. Advance payment for the equal value valid till the completion of contract/acceptance, is to be provide by you. Towards issue of Free Issue Material by Purchaser for the value of the material issued, is to be provided.
The Bill of material for the material used for the Fabrication work and available balance to be prepared by you and countersigned by the User Department is to be sent along with the final bill for arranging the balance/payment. Towards Performance of the Contract and Product for 10% value valid till the expiry of warranty period. 31. Security Deposit is to be submitted to SAC by the successful bidder (wherever applicable )on awarding the contract 32. Training free of cost to be imparted at Purchaser s site. 33. Bank charges wherever applicable shall be paid by Purchaser/Contractor to their respective Bankers. 34. Arbitration proceedings Within India as per provisions of Arbitration and Conciliation Act 1996. 35. Liquidated Damages @ 0.5% per week for the delayed portion maximum 10% of the contract value. 36. Force Majeure conditions applicable? 37. Acceptance of Fall clause. The rates as per the charges of the Contract should not in any event exceed the lowest rates, the supplier charge to any other party or organization. If at any time during the period of contract, the supplier reduce the charges to any other party, then they shall forth-with notify such reduction to Sr. Head, Purchase & Stores, SAC and reduce the contract rates subsequently, from the date of coming into force of such reduction. 38. You are requested to indicate the registration number; you have for Sales Tax/Service Tax as the case may be with concerned Government authorities. Also you are requested to provide company registration details wherever applicable along with copy of the company registration certificate. The offers received without the above information will be summarily rejected.
भ रत सरक र अ त रक वभ ग अ त रक उपय ग क (इसर ) आ ब व ड वस त र प.ओ. अहमद ब द 380 015 (भ रत) द रभ ष +91-79-2691 3051/98 फ क न. : +91-79-2691 5835/02/48 Government of India Department of Space SPACE APPLICATIONS CENTRE (ISRO) Ambawadi Vistar P.O. Ahmedabad 380 015 (INDIA) Telephone : +91-79 2691 3051/98 Fax No. : +91-79 2691 5835 / 02 /48 Email: publictender@sac.isro.gov.in न वद स चन स. स क / प ट / 08 / 2015-16 Tender Notice No.SAC/ PT / 08 / 2015-16 नयत त थ.स. S.N न वद न. Tender No. स क ववरण Brief Description 16B(अपर 3 बज तक) 17BDue on (up to 3 pm) 9. AHAD 201500083201 Service Contract for Customs Clearance Services (Two Part Tender) 07-10-2015
M/s 000000 GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE AHMEDABAD 380 015, INDIA PURCHASE & STORES INVITATION TO TENDER Our Ref No : AHAD Ph No: Fax 079-2691 3067 079-2691 5848/02/35 Date :03/09/2015 2015-000832-01 Tender Due: 15:00 Hrs ISTon 07/10/2015 Dear Sirs, Please submit your sealed quotation, in the Tender Form enclosed here along with the descriptive catalogues / pamphlets /literature,superscribed with Our Ref.No. and Due Date for the supply of the following items as per the terms & conditions mentioned in Annexure( Form No: As per attachments. ) S.No. Description of Items with Specifications Unit Quantity 1 Service Contract for Custom Clearance Services for Import & Export Consignments by Sea and Air at Ahmedabad, Mumbai and other places in India for two years. # Terms & Conditions as per Annexure-I, Annexure-II & Annexure-III. Lot 1 DELIVERY AT: MODE OF DESPATCH DUTY EXEMPTIONS PURCHASE ON SITE We are exempted from Payment of Excise Duty/Custom Duty. SPECIAL INSTRUCTIONS NIL SPECIFIC TERMS As per attachments. INSTRUCTIONS TO TENDERERS: 1. Please note that this is TWO PART tender. 2. Submit your offer as per attached instructions only. 3. Fax / E-mail quotations will not be accepted. 4.Please submit your offer along with tender fee Rs. 545.00 (In the form of Demand Draft) in favour of Accounts Officer, SAC. Please refer clause no. 3 of "Instructions Tenderers" for more details. RAMNIKLAL M PARGI PUR & STORES OFFICER For and on behalf of the President of India The Purchaser
AHMG 201500083201 Custom Clearance Service Annexure-I [I] Customs Clearance Services for Import Consignments at Ahmedabad Airport. Sr. No Description Unit Rate(`) 1 Bill of Entry Charges Per Consignment/B.E 2 Examination & Attendance Charges (for consignment of one package) Per Consignment/B.E 3 Examination & Attendance Charges (for additional packages, if any) Per Package 4 Agency Charges Per Consignment/B.E 5 Strapping Charges Per Package [II] Customs Clearance Services for Export Consignments at Ahmedabad Airport. Sr. No Description Unit Rate(`) 1 Shipping Bill Charges Per Consignment/S.B 2 Examination & Attendance Charges (for consignment of one package) Per Consignment/S.B 3 Examination & Attendance Charges (for additional packages, if any) Per Package 4 Agency Charges Per Consignment/S.B 5 Strapping Charges Per Package [III] Transportation Charges: For Import & Export Consignment [Between Ahmedabad Air Cargo SAC Stores] Sr. Consignment Weight Scale No 1 up to 10 Kgs. 2 More than 10 Kgs. and up to 50 Kgs. 3 More than 50 Kgs. and up to 100 Kgs. 4 More than 100 Kgs. and up to 250 Kgs. 5 More than 250 Kgs. and up to 500 Kgs. 6 Additional per Kg. charges above 500 Kgs. 7 Charges for Refrigerated Vehicle, If required for Perishable Cargo Rate(`) Page 1 of 4
AHMG 201500083201 Custom Clearance Service Annexure-I [IV] Customs Clearance Services for Import Consignments at Mumbai Airport/ Courier Cargo. Sr. No Description Unit Rate(`) 1 Bill of Entry Charges Per Consignment/B.E 2 3 Examination & Attendance Charges (for consignment of one package) Examination & Attendance Charges (for additional packages, if any) Per Consignment/B.E Per Package 4 Agency Charges Per Consignment/B.E 5 Strapping Charges Per Package [V] Transportation Charges: For Import Consignment [From Mumbai Air Cargo to SAC Stores on door delivery basis] Sr. Consignment Weight No 1 up to 10 Kgs. 2 More than 10 Kgs. and up to 50 Kgs. 3 More than 50 Kgs. and up to 100 Kgs. 4 More than 100 Kgs. and up to 250 Kgs. 5 More than 250 Kgs. and up to 500 Kgs. 6 Additional per Kg. charges above 500 Kgs. Charges for Refrigerated Vehicle, 7 If required for Perishable Cargo Rate(`) [VI] Customs Clearance Services for Export Consignments from Mumbai by Air. Sr. No Description Unit Rate(`) 1 Shipping Bill Charges Per S.B 2 Agency Charges Per S.B 3 Custom Examination Charges(including opening, sealing, and repacking) Per S.B Total Page 2 of 4
AHMG 201500083201 Custom Clearance Service Annexure-I [VII] Customs Clearance Services for Import Consignments at Mumbai Seaport. Sr. No Description Unit Rate(`) 1 Bill of Entry Charges Per Consignment/B.E 2 Examination & Attendance Charges (for consignment of one package) Per Consignment/B.E 3 Examination & Attendance Charges (for additional packages, if any) Per Package 4 Agency Charges Per Consignment/B.E 5 Strapping Charges Per Package [VIII] Transportation Charges: For Import Consignment [From Mumbai Sea Port to SAC Stores on door delivery basis] Sr. Consignment Weight No 1 up to 500 Kgs. 2 More than 500 Kgs. and up to 1000 Kgs. 3 More than 1000 Kgs. and up to 2000 Kgs. 4 Above 2000 Kgs Other Charges 5 (if any, please provide details) Rate(`) [IX] Customs Clearance Services for Export Consignments from Mumbai by Sea. Sr. No Description Unit Rate(`) 1 Shipping Bill Charges Per S.B 2 Agency Charges Per S.B 3 Custom Examination Charges(including opening, sealing, and repacking) Per S.B Total Page 3 of 4
AHMG 201500083201 Custom Clearance Service Annexure-I Notes: 1. Any other charges (if any, like photocopy charges, labour charges etc.) may please be include in the Agency Charges. 2. Any other receiptable charges shall be paid extra at actual against original biii receipt (If any, like EDI service charges, D.O. charges, Custom duty, Warehouse charges etc.) 3. Service Charges, if any, should be mentioned separately. Page 4 of 4
AHMG 201500083201 Custom Clearance Service Annexure-II Terms and Conditions 1. The Customs House Agent (CHA) is expected to carry out services for Customs clearance of import & export consignments and other allied services efficiently and in time. 2. Timely clearance of consignment is vital in these services, to avoid demurrages to the maximum extent possible. 3. It is the responsibility of the CHA (in Ahmedabad) to collect the clearance documents from SAC as soon as SAC informs them of the readiness of the same. The documents need to be collected on the same working day within 3 hours of intimation or on the next working day before 11:00 a.m. if such intimation is received after 02:00 pm. Demurrages incurred due to delay on the part of the CHA in collection of the documents, processing of the documents for filing of BE, assessment and clearance after examination, etc., shall be recovered from CHA s bills. 4. A period of 5 days is normally considered adequate for the clearance of the consignments after receipt of all relevant documents. Where specific problem prevents the clearance of a consignment within this period, reasons for the same are to be specifically informed along with the clearance bill. 5. Clarifications, if any, required on any consignment w.r.t. objections raised by Customs, documentation etc., will have to be referred to us promptly over phone followed by written communication by fax/e-mail. 6. Charges towards Custom duty, Freight, D.O. fee etc.(excluding clearance charges) not exceeding a total of Rs. 10,000.00 per consignment will be paid by clearing agent & claim for reimbursement of the same shall be submitted with all documents, receipts etc. along with bill for agency charges. Charges exceeding this amount will be paid as an advance to CHA on demand with break-up of the charges in writing, Agency charges will however be claimed only after the dispatch of the cleared consignment to the destination (SAC Stores). 7. SAC shall have right to determine in each case whether the warehouse and other unscheduled charges incurred are reasonable and whether attributable to delays on the part of CHA. On scrutiny of the circumstances of each case, if it is revealed that the delay is wholly/partly attributable to the CHA, the same will be recovered from CHA s bills / will be on the account of CHA and shall not be reimbursed, 8. Payment Terms: Bills for payment towards Agency charges and other charges specified above along with claims for reimbursement of other expenses shall be submitted to the concerned officer in Purchase and Stores Division, SAC, Ahmedabad. The bills should be submitted along with the appropriate documents such as Bill of Entry, invoices / receipts for the amounts paid, and any other relevant documents in support of the claims, The authorized officer from Purchase and Stores Division shall scrutinize the bills and on scrutiny and approval of the same, shall forward the bills to Accounts division for releasing payment by cheque. Payment shall be released within 30 days from receipt and approval of the bill / claim. Page 1 of 3
AHMG 201500083201 Custom Clearance Service Annexure-II 9. The demurrage bills / detention where demurrage has been incurred must accompany service bills failing which the service bills shall not be entertained. 10. SAC reserves the right to terminate the Contract at any time and without assigning any reasons thereof by giving one month's notice of our intention to do so in writing. Any outstanding advances with the CHA during this period shall be immediately refunded. The CHA shall not be entitled to any compensation by reasons of such termination. 11. The CHA may also collect the CANs (Cargo Arrival Notices) from freight forwarder other than M/s Balmer Lawrie & Co. Pvt. Ltd, and Associates, whenever asked to do so and forward the same to us for preparing clearance documents. Clearing agents should also verify the consignments physically in the Customs warehouse at Air/Sea Port etc. and whenever consignments are found missing, in case of loss due to accidents, pilferage etc., shall assist in lodging claim with the appropriate authorities/agencies for compensation by carriers/port/units etc., within the time limit prescribed. CHA shall be liable for compensation of loss due to delays in submission resulting in rejection of claims for reasons attributable to the CHA and the same shall be recovered from their bills. 12. On award of the Service Contract, the successful bidder will have to furnish a Bank Guarantee for an amount of Rs. 1,00,000.00 from any Scheduled Bank as security towards performance of the Contract. The bank guarantee shall be kept valid for entire duration of the Service Contract plus a claim period of six months. On successful completion of the Contract, the bank guarantee shall be returned without any interest. The bank guarantee is liable to be invoked towards any loss sustained by SAC in case of breach of any terms and conditions of the Contract by the CHA or such circumstances where the CHA has been found responsible for a loss accrued due to their negligence. 13. Normally the CHA shall deliver small consignments at SAC Stores. However, where consignments are to be delivered/lifted from other locations in SAC/Bopal campus and where consignments cannot be loaded/unloaded without labour and/or equipments (fork lift, crane etc.), CHA shall give advance notice of date & time of delivery of such consignments. SAC shall make necessary arrangements for loading/unloading on receiving such intimation. For material handling equipments, the intimation should be at least one day in advance or earlier depending on nature of equipment. In case of failure on the part of CHA to deliver/collect such consignments at the mutually agreed time, the expenditure incurred by SAC along with penalty for delay shall be recovered from CHA. 14. The contract will be valid for a period of Two Years. The Contract can be extended for a further period of up to one year with mutual consent. 15. EARNEST MONEY DEPOSIT (EMD): An amount of `25,000.00 (Rupees Twenty-five thousand Only) shall be remitted by Account Payee DD / Fixed Deposit Receipt (FDR) in favour of Accounts Officer, SAC towards EMD along with quotation. Please note that without EMD, quotation will not be considered. EMD of successful bidder may be adjusted against Security Deposit and the remaining amount of security deposit will Page 2 of 3
AHMG 201500083201 Custom Clearance Service Annexure-II be deposited by the CHA. EMD of unsuccessful bidders will be returned after finalization of contract without any interest. 16. Fall Clause: The rates charged by the CHA for the services, shall in no event exceed the lowest rates charged for the services of identical description, to any other party during the validity of the agreed rates. If, at any time during said period, the CHA reduces the rates for the work to any other party, he shall forthwith notify such reduction of rates applicable to the SAC and the rates payable under this contract for the services shall stand correspondingly reduced. 17. Arbitration In Case of Differences of Opinion: Any difference of opinions or disputes that arise during the execution of contract will be mutually discussed and settled between SAC and CHA. Any dispute that remains unresolved thereafter will be referred to a one man Arbitrator, appointed by Director, SAC, Ahmedabad in accordance with Arbitration & Conciliation Act, 1996 as amended, whose decision shall be final and binding on both the parties. 18. Submission of Techno-Commercial Tender Document a. This is a two part bid tender enquiry. The bidder should submit both the technocommercial details (without price) and price bid (format as per Annexure I) in separate sealed cover within the due date specified. Each page of bid document including Annexures shall be duly signed and stamped by the bidder or his authorized representative (as acceptance of SAC terms and Conditions) and sent to the following address: Sr. Head, Purchase & Stores, Space Applications Centre (ISRO) Ambawadi Vistar P.O., Ahmedabad-380015. b. The offer should be valid for a minimum period of 120 days from the due date of opening of the tender. c. Corrections, if any, must be attested. All amounts shall be indicated both in words as well as in figures. Where there is a difference between amounts quoted in words and figures, amount quoted in words shall only be considered. d. CHA is required to give the name of Contact person from his side for all relevant communications/interactions regarding this contract. The authority of person signing tender offer should be produced, if required. e. Late or delayed tender offers shall not be considered. Therefore, please ensure that the tender is posted well in time to reach us before the due date and time. f. No conditional discounts and terms will be allowed. g. Tender fee of requisite value shall be sent along with the tenders by Demand Draft in favour of Accounts Officer, SAC, Ahmedabad. Page 3 of 3
AHMG 201500083201 Custom Clearance Service Annexure-III Following information is required to be submitted along with the quotations. Quotations received without these details may not be considered for further evaluation. The quotations shall be evaluated on the basis of information provided against following points on the basis of which decision w.r.t. suitability of an offer shall be taken: 1. Since how long you are providing these services (a) At Ahmedabad: (b) At Mumbai (c) Locations other than Ahmedabad / Mumbai: 2. Details of your Government clients at Ahmedabad / Mumbai and other locations and whether you are providing services to them at present: 3. Details of your private/public sector clients at Ahmedabad/Mumbai and other locations and whether you are providing services to them at present: 4. Are you aware of / in Customs clearance procedures and rules pertaining to Government Departments / Institutions? 5. Whether you have handled Customs clearance cases for electronics items used in R&D Departments? 6. Provide details of your CHA licence: (Date of CHA licence should be less than 6 months from date of publishing of this tender at Ahmedabad & Mumbai individually). (a) Name of licensee: (b) Who will be responsible for providing the services: (c) Details of your office set-up in Ahmedabad and/or Mumbai: (Including staff strength, facilities available such as fax, STD/ISD, internet, e-mail etc., for speedy communication). It is mandatory to have your own office set-up in Ahmedabad and or Mumbai. (d) Validity of license and license No. (Copy to be enclosed) (e) PAN No. (Copy to be enclosed) (f) TIN No. for Service Tax Registration. (Copy to be enclosed) 7. No. of consignments cleared in the last 3 years? 8. Your annual turn over during the last 3 years (please give year-wise break up with copies of audited balance sheet.). 9. Copies of IT returns for last 3 years: 10. Type of Enterprise: (whether proprietary, partnership or any other): copy of appropriate registration should be submitted. 11. Confirm acceptance of general terms & conditions as brought out in Annexure-II including minimum time for clearance. Page 1 of 1
GOVERNMENT OF INDIA DEPARTMENT OF SPACE SPACE APPLICATIONS CENTRE PURCHASE DIVISION Tele No: 079 2691 3053/57 Fax No: 079 2691 3853 E-mail: publictender@sac.isro.gov.in INSTRUCTIONS TO TENDERERS 1. Tenders should be sent in sealed envelopes super scribing the relevant tender No, and the due date of opening. Only one tender should be sent in each envelope. Unsigned bids shall be rejected. 2. Late tenders and delayed tenders will not be considered. Unsigned bids shall be rejected. 3. Tender fee & bid security (EMD) exemption for MSME. 4. Sales Tax and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the tender. 5. As a Government of India Department, this office is exempted from payment of Octroi and similar local levies. Tenderers shall ensure that necessary Exemption Certificates are obtained by them from the Purchase Officer concerned to avoid any payment of such levies. 6. a) Your quotation should be valid for at least 90 days from the date of opening of the tender. b) Prices are required to be quoted according to the units indicated in the annexed tender form. When quotations are given in terms of units other than those specified in the tender form, relationship between the two sets of units must be furnished. 7. Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR destination/delivery at site. 8. (a) All available technical literature, catalogues and other data in support of the specifications and details of the items should be furnished along with the offer. (b) Samples, if called for, should be submitted free of all charges by the tenderer and the Purchaser shall not be responsible for any loss or damage thereof due to any reason whatsoever. In the event of non-acceptance of tender, the tenderer will have to remove the samples at his own expense. (c) Approximate net and gross weight of the items offered shall be indicated in your offer. If dimensional details are available the same should also be indicated in your offer. (d) Specifications: Stores offered should strictly confirm to our specifications. Deviations, if any, should be clearly indicated by the tenderer in his quotation. The tenderer should also indicate the Make/Type number of the stores offered and provide catalogues, technical literature and samples, wherever necessary, along with the quotations. Test Certificates, wherever necessary, should be forwarded along with supplies. Wherever options have been called for in our specifications, the tenderer should address all such options. Wherever specifically mentioned by us, the tenderer could suggest changes to specifications with appropriate response for the same. SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
9. The Purchaser shall be under no obligation to accept the lowest or any tender and reserves the right of acceptance of the whole or any part of the tender or portions of the quantity offered and the tenderers shall supply the same at the rates quoted. 10. Corrections, if any, must be attested. All amounts shall be indicated both in words as well as in figures. Where there is difference between amount quoted in words and figures, amount quoted in words shall prevail. 11. The tenderer should supply along with his tender, the name of his bankers as well as the latest Income-Tax clearance certificate duly countersigned by the Income-Tax Officer of the Circle concerned under the seal of his office, if required by the Purchaser. 12. The Purchaser reserves the right to place order on the successful tenderer for additional quantity up to 25% of the quantity offered by them at the rates quoted. 13. The authority of the person signing the tender, if called for, should be produced. 14. We are exempted from the payment of Central Excise & Custom Duties vide notifications issued by Govt. of India. 15. In case, the vendors are falling under the category of MSME, registered under NSIC and would like to avail exemptions, their quotations should be accompanied with necessary registration certificate with declaration to consider their offer. Quotation received without such declaration and valid registration certificate will not be considered for exemptions under Public Procurement Policy. 16. No request for extension for due date for submission of tenders will be entertained. TERMS & CONDITIONS OF TENDER 1. DEFINITIONS: (a) The term Purchaser shall mean the President of India or his successors or assigns. (b) The term Contractor shall mean, the person, firm or company with whom or with which the order for the supply of stores is placed and shall be deemed to include the Contractor's successors, representative, heirs, executors and administrators unless excluded by the Contract. c) The term Stores shall mean what the Contractor agrees to supply under the Contract as specified in the Purchase Order including erection of plants & machinery and subsequent testing, should such a condition is included in the Purchase Order. d) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and conditions mentioned or referred to in the said communication accepting the tender or offer of the Contractor for supply of stores or plant, machinery or equipment or part thereof. 2. PRICES: Tender offering firm prices will be preferred. Where a price variation clause is insisted upon by a tenderer, quotation with a reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at the time of tendering and also the formula for any such variation/s. 3. SECURITY DEPOSIT: On acceptance of the tender, the Contractor shall, at the option of the Purchaser and within the period specified by him, deposit with him, in cash or in any other form as the Purchaser may determine, security deposit not exceeding ten percent of the value of the SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
Contract as the Purchaser shall specify. If the Contractor is called upon by the Purchaser to deposit, Security and the Contractor fails to provide the security within the period specified, such failure shall constitute a breach of the Contract, and the Purchaser shall be entitled to make other arrangements for the re-purchase of the stores Contracted at the risk of the Contractor in terms of Sub-Clause (ii) and (iii) of clause 10(b) hereof and/or to recover from the Contractor, damages arising from such cancellation. 4. GUARANTEE & REPLACEMENT: (a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down, for material, workmanship and performance. (b) For a period of twelve months after the acceptance of the stores, if any defects are discovered therein or any defects therein found to have developed under proper use, arising from faulty stores design or workmanship, the Contractor shall remedy such defects at his own cost provided he is called upon to do so within a period of 14 months from the date of acceptance thereof by the Purchaser who shall state in writing in what respect the stores or any part thereof are faulty. (c) If, in the opinion of the Purchaser, it becomes necessary to replace or renew any defective stores such replacement or renewal shall be made by the Contractor free of all costs to the Purchaser, provided the notice informing the Contractor of the defect is given by the Purchaser in this regard within the said period of 14 months from the date of acceptance thereof. (d) Should the Contractor fail to rectify the defects, the Purchaser shall have the right to reject or repair or replace at the cost of the Contractor the whole or any portion of the defective stores. (e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection thereof on behalf of the Purchaser, as to whether or not the stores supplied by the Contractor are defective or any defect has developed within the said period of 12 months or as to whether the nature of the defects requires renewal or replacement, shall be final, conclusive and binding on the Contractor. (f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above, the Contractor shall, at the option of the Purchaser, furnish a Bank Guarantee (as prescribed by the Purchaser) from a Bank approved by the Purchaser for an amount equivalent to 10% of the value of the Contract along with first shipment documents. On the performance and completion of the Contract in all respects, the Bank Guarantee will be returned to the Contractor without any interest. (g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival of the stores at Purchaser's site. (h) Even while the 12 months guarantee applies to all stores, in case where a greater period is called for by our specifications then such a specification shall apply in such cases the period of 14 months referred to in para 4 (b) & (c) shall be the asked for guarantee period plus two months. 5. PACKING FORWARDING & INSURANCE: The Contractor will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or air to withstand transit hazards and ensure safe arrival at the destination. The packing and marking of packages shall be done by and at the expense of the Contractor. The Purchaser will not pay separately for transit insurance, all risks in transit being exclusively of the Contractor and the Purchaser shall SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
pay only for such stores as are actually received in good condition in accordance with the Contract. 6. DESPATCH: The Contractor is responsible for obtaining a clear receipt from the Transport Authorities specifying the goods despatched. The consignment should be despatched with clear Railway Receipt/Lorry Receipt. If sent in any other mode, it shall be at the risk of the Contractor. Purchaser will take no responsibility for short deliveries or wrong supply of goods when the same are booked on 'said to contain' basis. Purchaser shall pay for only such stores as are actually received by them in accordance with the Contract. 7. TEST CERTIFICATE: Wherever required, test certificates should be sent along with the despatch documents. 8. ACCEPTANCE OF STORES: (a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by the Purchaser at the Contractor's own risk, expense and cost. (b) It is expressly agreed that the acceptance of the stores Contracted for, is subject to final approval by the Purchaser, whose decision shall be final. (c) If, in the opinion of the Purchaser, all or any of the stores do not meet the performance or quality requirements specified in the Purchase Order, they may be either rejected or accepted at a price to be fixed by the Purchaser and his decision as to rejection and the prices to be fixed shall be final and binding on the Contractor. (d) If the whole or any parts of the stores supplied are rejected in accordance with Clause No. 8 (c) above, the Purchaser shall be at liberty, with or without notice to the Contractor, to purchase in the open market at the expense of the Contractor stores meeting the necessary performance and quality Contracted for in place of those rejected, provided that either the purchase, or the agreement to purchase, from another supplier is made within six months from the date of rejection of the stores as aforesaid. 9. REJECTED STORES: Rejected stores will remain at destination at the Contractor's risk and responsibility. If instructions for their disposal are not received from the Contractor within a period of 14 days from the date of receipt of the advice of rejection, the Purchaser or his representative has, at his discretion, the right to scrap or sell or consign the rejected stores to Contractor's address at the Contractor's entire risk and expense, freight being payable by the Contractor at actuals. 10. DELIVERY: (a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed to be the essence of the Contract and delivery must be completed on or before the specified dates. (b) Should the Contractor fail to deliver the stores or any consignment thereof within the period prescribed for such delivery, the Purchaser shall be entitled at his option either: (i) to recover from the Contractor as agreed liquidated damages and not by way of penalty, a sum of 0.5% per week of the price of any stores which the Contractor has SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
failed to deliver as aforesaid or during which the delivery of such store may be in arrears subject to a minimum of 10%, or (II) to purchase from elsewhere, without notice to the Contractor on the account and at the risk of the Contractor, the stores not delivered or others of a similar description (where others exactly complying with the particulars, are not, in the opinion of the Purchaser, readily procurable, such opinion being final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery, or (iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of stores not so delivered or others of a similar description (where others exactly if complying with the particulars are not, in the opinion of the Purchaser, readily procurable, such opinion final) at the risk and cost of the Contractor. In the event of action being taken under sub-clause (ii) & (iii) of clause 10 (b) above, the Contractor shall be liable for any loss which the Purchaser may sustain on that account, provided that the re-purchase or if there is an agreement to repurchase then such agreement is made within six months from the date of such failure. But the Contractor shall not be entitled to any gain on such repurchase made against default. The manner and method of such re-purchase shall be at the discretion of the Purchaser, whose decision shall be final. It shall not be necessary for the Purchaser to serve a notice of such re-purchase on the defaulting Contractor. This right shall be without prejudice to the right of the Purchaser to recover damages for breach of Contract by the Contractor. 11. EXTENSION OF TIME: As soon as it is apparent that the Contract dates cannot be adhered to, an application shall be sent by the Contractor to the Purchaser. If failure, on the part of the Contractor, to deliver the stores in proper time shall have arisen from any cause which the Purchaser may admit as reasonable ground for an extension of the time (and his decision shall be final) he may allow such additional time as he considers it to be justified by circumstances, of the case without prejudice to the Purchaser's right to recover liquidated damages under clause 10 thereof. 12. ERECTION OF PLANT & MACHINERY: Wherever erection of a plant or machinery is the responsibility of the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection as and when called upon to do so within the period specified by the Purchaser, the Purchaser shall have the right to get the erection done through any source of his choice. In such an event, the Contractor shall be liable to bear any additional expenditure that the Purchaser is liable to incur towards erection. The Contractor shall, however, not be entitled to any gain due to such an action by the Purchaser. 13. PAYMENT: Contractor's bill will be passed for payment only after the stores have been received, inspected and accepted by the Purchaser. 14. MODE OF PAYMENT: Normally payment will be made for the accepted stores within 30 days from the date of receipt of the materials. SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
15. RECOVERY OF SUM DUE: Whenever any claim for the payment of, whether liquidated or not, money arising out of or under this Contract against the Contractor, the Purchaser shall be entitled to recover such sum by appropriating in part or whole, the security deposited by the Contractor, if a security is taken against the Contract. In the event of the security being insufficient or if no security has been taken from the Contractor, then the balance or the total sum recoverable as the case may be, shall be deducted from any sum then due or which at any time thereafter may become due to the Contractor under this or any other Contract with the Purchaser. Should this sum be not sufficient to cover the full amount recoverable, the Contractor shall pay to the Purchaser on demand the remaining balance due. Similarly, if the Purchaser has or makes any claim, whether liquidated or not, against the Contractor under any other Contract with the Purchaser, the payment of all moneys payable under the Contract to the Contractor including the security deposit shall be withheld till such claims of the Purchaser are finally adjudicated upon and paid by the Contractor. 16. INDEMNITY: The Contractor shall warrant and be deemed to have warranted that all stores supplied against this Contract are free and clean of infringement of any Patent, Copyright or Trademark, and shall at all times indemnify the Purchaser against all claims which may be made in respect of the stores for infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk of accidents or damage which may cause a failure of the supply from whatever cause arising and the entire responsibility for sufficiency of all means used by him for the fulfilment of the contact. 17. ARBITRATION: In the event of any question, dispute or difference arising under these conditions or any conditions contained in the Purchase Order or in connection with this Contract (except as to any matter the decision of which is specially provided for by these conditions), the same shall be referred to the sole arbitration of the Head of the Purchase office or some other person appointed by him. It will be no objection that the arbitrator is a Government servant that he had to deal with matter to which the Contract relates or that in the course of his duties as Government servant he has expressed views on all or any other matters in dispute or difference. The award of the arbitrator shall be final and binding on the parties of this Contract. If the arbitrator be the Head of the Centre/Unit (i) In the event of his being transferred or vacating his office by resignation or otherwise, it shall be lawful for his successor-in-office either to proceed with reference himself, or to appoint another person as arbitrator, or (ii) In the event of his being unwilling or unable to act for any reason, it shall be lawful for the Head of the Centre/Unit to appoint another person as arbitrator. If the arbitrator be a person appointed by the Head of the Purchase Office In the event of his dying, neglecting or refusing to act or resigning or being unable to act, for any reason, it shall be lawful for the Head of the Centre/Unit either to proceed with the reference himself or appoint another person as arbitrator in place of the outgoing arbitrator. Subject as aforesaid the Arbitration & Conciliation Act 1996 and the rules thereunder and any statutory modifications thereof for the time being in force shall be deemed to apply to SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
the arbitration proceedings under this Clause. The Arbitrator shall have the power to extend with the consent of the Purchaser and the Contractor the time for making and publishing the award. The venue of arbitration shall be the place as Purchaser in his absolute discretion may determine. Work under the Contract shall, if reasonably possible, continue during arbitration proceedings. In the event of any dispute or difference relating to the interpretation and application for the provisions of the Contracts, such dispute or difference shall be referred by either party to Arbitration of one of the Arbitrations in the Department of Public Enterprises. The Arbitration Act 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute provided however any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs. Ministry of Law & Justice, Government of India. The parties to the dispute will share equally, the cost of arbitration as intimated by Arbitrator. 18. COUNTER TERMS AND CONDITION OF SUPPLIERS: Where counter terms and conditions printed or cyclostyled conditions have been offered by the supplier, the same shall not be deemed to have been accepted by the Purchaser, unless specific written acceptance thereof is obtained. 19. SECURITY FOR PURCHASE OF MATERIALS: Successful tenderer will have to furnish in the form of a bank guarantee or any other form as called for by the Purchaser towards adequate security for the materials and properties provided by the Purchaser for the due execution of the Contract. **** SPACE APPLICATIONS CENTRE, AHMEDABAD (INDIA)
Instructions for Two Part Tender We are proposing to invite tenders in two parts viz. Part I : Technical and Commercial Part II: Price All tenderers are requested to carefully follow the following instructions before preparing their offer. 1) Part I: Technical & Commercial Bid Part (a) Technical 1. This part should contain detailed specifications of the items quoted by you along with technical literature and leaflets if any. 2. A compliance statement showing the compliance of the item quoted by you with that of item tendered by us should be prepared and enclosed to this. 3. Any other information called for in the tender related technical and specifications can also come in this part. 4. Prices should not be indicated in this cover. Part (b) Commercial Terms: (Without Prices) 1. The commercial terms applicable for the item quoted by you should be indicated in this part. 2. If any compliance statement is called for the commercial terms / contractual terms and conditions, the same is to be attached in this part. 3. Prices should not be indicated in this part. However a copy of the price bid (without prices) can be enclosed in this part to enable to understand whether all the items required to be quoted by you have been quoted in the price bid. Alternatively a statement is to be made indicating that you have quoted prices for all the items as per the tender and enclosed in the Price Bid as per the format. 4. The Commercial terms such as delivery terms, delivery period, payment terms, Warranty, validity of the offer, installation & commissioning, duties and taxes etc., shall come into this. Notes: 1. Either Technical Specifications or terms & conditions as above should be very clearly reflected item-wise with reference to the items called for in the tender. 2. Please note that the PRICE SHOULD NOT BE indicated in this part. 3. Technical and Commercial part as described above shall be prepared and put it in a sealed cover & super scribed and addressed as follows: Tender No. : Due Date : PART I : Technical & Commercial Bid From: The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015
2) Part II: Price Bid 1. The prices applicable for the items, item-wise in response to the tender shall come into this part. 2. Tenderer shall indicate very clearly item-wise prices with reference to their technical offer. 3. Price part prepared as above shall be enveloped and superscribed as follows: Tender No. : Due Date : PART II : Price Bid From : The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015 3) The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as above along with Tender fee cover (if applicable) should be inserted in another envelope and superscribed as follows: Tender No. : Due Date : Part I & Part II are individually sealed and kept inside: (DD towards tender fee also is kept inside) From: The Sr. Head Purchase & Stores Space Applications Centre Ambawadi Vistar P.O. Ahmedabad 380 015 Important Notes: 1. Being a Two-Part Tender, fax/mail quotations will not be accepted. Please ensure your offers are received by post before due date and time. 2. In case you are going to download the documents from our website and submitting the offer, you are requested to submit the demand draft towards Tender fee in a separate cover along with a covering letter duly superscribing on the cover Tender fee in respect of Tender No.. 3. Quotations submitted contrary to above instructions are liable to be rejected.