14
  ORDNANCE FACTORY MEDAK YEDDUMAILARAM, MEDAK DIST. - 502205 TENDER ENQUIRY NO: OFMK/GST/E407214 EPROCUREMENT TENDER ID:133MMETT15001205 ------------------------------------------------------------------------------ FROM : THE GENERAL MANAGER GRAMS : 'ARMOUR' ORDNANCE FACTORY MEDAK FAX: 08455 - 239074 (TELANGANA) PHONE : 040-23283000 ----------------------------------------------------------------------------- TO  M/S. TENDER ENQUIRY NO : OFMK/GST /E40 7214 TENDER ENQUIRY DATE : 05/12/2014 TENDER OPENING DATE : 17/03/2015 DUE BACK BY TIME : 2 PM TO BE OPENED AT TIME: 3 PM ------------------------------------------------------------------------------ The supplies/services mentioned in this TE are required by the The General Manager Ordnance Factory Medak Yeddumailaram, Telengana Your quotations will be subject to scrutiny/approval by undersigned or a committee of officers before they are finally accepted and on receipt of supply order to the effect fail to offer/make any supplies/services in accordance with the conditions stipulated in supply order, the Government reserve the right at their option to obtain them from elsewhere at your risk and expense. GM/OFMK also reserve the right special conditions stated. ----------------------------------------------------------------------------- ITEM DESCRIPTION REQ.QTY.  NO. ------------------------------------------------------------------------------ 1. Shifting of EOT cranes 20/5 TON capacity from bay-1 1 Whole job to bay-2 in VA section,scope of work is enclosed. ------------------------------------------------------------------------------ JT.GM/GST Station Seal of Firm Signature of supplier

Eot Tender

Embed Size (px)

DESCRIPTION

kkhk

Citation preview

  • ORDNANCE FACTORY MEDAK

    YEDDUMAILARAM, MEDAK DIST. - 502205 TENDER ENQUIRY NO: OFMK/GST/E407214

    EPROCUREMENT TENDER ID:133MMETT15001205 ------------------------------------------------------------------------------ FROM : THE GENERAL MANAGER GRAMS : 'ARMOUR' ORDNANCE FACTORY MEDAK FAX: 08455 - 239074 (TELANGANA) PHONE : 040-23283000 ----------------------------------------------------------------------------- TO M/S. TENDER ENQUIRY NO : OFMK/GST/E407214 TENDER ENQUIRY DATE : 05/12/2014 TENDER OPENING DATE : 17/03/2015 DUE BACK BY TIME : 2 PM TO BE OPENED AT TIME: 3 PM ------------------------------------------------------------------------------ The supplies/services mentioned in this TE are required by the The General Manager Ordnance Factory Medak Yeddumailaram, Telengana Your quotations will be subject to scrutiny/approval by undersigned or a committee of officers before they are finally accepted and on receipt of supply order to the effect fail to offer/make any supplies/services in accordance with the conditions stipulated in supply order, the Government reserve the right at their option to obtain them from elsewhere at your risk and expense. GM/OFMK also reserve the right special conditions stated. ----------------------------------------------------------------------------- ITEM DESCRIPTION REQ.QTY. NO. ------------------------------------------------------------------------------

    1. Shifting of EOT cranes 20/5 TON capacity from bay-1 1 Whole job to bay-2 in VA section,scope of work is enclosed.

    ------------------------------------------------------------------------------

    JT.GM/GST

    Station Seal of Firm Signature of supplier

  • Instructions to Bidders

    1. This case pertains to procurement of Shifting of EOT cranes 20/5 TON capacity from bay-1 to bay-2 in VA section,scope of work is enclosed. .

    2. Last date and time for submission of technical bid is 17.03.2015 before 14.00 hrs and tenders will be opened on same day i.e.17.03.2015 at 15.00 hrs.

    3. For any queries/clarifications regarding you can contact at nos.040-23283621,

    23283451.

    4. Quotations to be submitted through e- procrument only are accepted. Quotations by post, email, corrier etc are not accepted. Kindly enroll your firm for OFMK e-procrument (website: https://ofbeproc.gov.in), if not enrolled earlier and submit the quotations through e- procrument only.

    5. E-Procurement tender ID No: 133MMETT15001205

    Important instructions to bidders for OFMK OTE No.OFMK/GST/E407214, dtd:05/12/2014

    1. Technical bid: Bidders must ensure that technical bid must contain the following.

    a) EMD worth of Rs.25,950/- b) Tender fee worth of Rs.100/-. c) Proof of registration with DGS&D,NSIC,OFs etc if applicable. d) Compliance statement as per Annexure A duly signed.

    2. PRICE BID: Your commercial quote both in figures and words.

    3. The case is being processed through E-Procurement. Online Bidding against this tender enquiry will be done through the OFB E-procurement portal https://ofbeproc.gov.in.

    4. To bid against this TE in the above mentioned portal, firms should obtain digital signature/token from any of the 07 firms listed in the e-procurement website and get themselves enrolled with OFMK. After enrolment with OFMK, the firms can bid against any OFMK open tender enquiry including the present one using the digital token USERNAME & PASSWORD.

    5. Firms who qualified in the Technical bid evaluation only will be considered for

    opening of the price bid.

    6. Date & Time of opening of price bids will be intimated separately to the technically

    qualified firms.

    7. Firms should go through the uploaded tender documents thoroughly and submit

    their bids directly in 2 Bid system (i.e. technical and price bid).

    Station Seal of Firm Signature of supplier

  • 8. The technical bids will be opened on 17.03.2015

    9. GM/OFMK reserves the right to depute his team of officers at any time for capacity verification of the firm.

    10 Price bids will be opened after scrutiny of techno-commercial bids and the report (if any) of the capacity verification team nominated by the General Manager, OFMK.

    11 The date of opening of price bids will be intimated in due course through e-mail.

    12. Cost of tender documents. Cost of tender document of Rs.100.00 is required to be submitted in the form

    of DD in favour of The General Manager, Ordnance Factory Medak, Yeddumailaram - 502205 Dist.Medak , from any Public Sector Banks or a private sector Banks authorized to conduct Government business.

    13. Bidders are required to furnish EMD along with their Technical bid for an amount of

    Rs. 25,950/-. The EMD may be submitted in the form of Fixed Deposit Receipt; DD or Bank Guarantee from any of Public Sector Banks or a private sector Banks authorized to conduct Government Business in favour of General Manager Ordnance Factory, Yeddumailaram, Medak (dist), PIN: 502205. EMD is normally required to remain valid for a period of 90 days.

    14. Bidders are required to submit EMD worth of Rs. 25,950/- and tender fee Rs.100/- are to

    be submitted in the form of DD drawn in favour of General Manager Ordnance Factory, Yeddumailaram, Medak should reach this office on or before opening date of Technical bid positively i.e.17.03.2015 at 2.00PM. NOTE: The scanned copies of the DDs(EMD & TENDER FEE) are required to be attached in the e-portal along with technical bid.

    15. Exemption from EMD : Exemption from EMD will be given as per clause 4.9.2.1 of OFBPM-2010 which is reproduced below.

    EMD is not required to be obtained from those firms who are registered with Ordnance factories, central purchase organization (i.e. DGS&D), NATIONAL SMALL INDUSTRIES Corporation (NSIC) or concerned departments or Ministries of the Government of India. If the firm is registered with NSIC/ any OFs or Min. Of Defence Organisation, then the firm may avail exemption from paying EMD. To avail this exemption firm has to attach the concerned valid registration certificate without fail along with technical bid. If the firm is not meeting above criteria for exemption of EMD, then the firm has to submit the EMD amount in the form of DD/BG along with the technical bid. In case of non availability of EMD or valid exemption document(s) on technical bid opening date, the technical bid of firm will NOT be opened.

    Station Seal of Firm Signature of supplier

  • CHAPTER-I

    ELIGIBILITY CRITERIA

    1.The firm should have recently executed/completed minimum 2 numbers of orders successfully with any govt./PSU or in any reputed firms. 2.The firm should have minimum 5 years of experience in this field as its core area, i.e, manufacturing, service after sales/execution of erection and commissioning and spares support for 5-10 years.

    CHAPTER-II

    CONTRACTUAL TERMS OF TENDER 2.1 Inspection Details

    Inspection of items supplied / offered for inspection will normally be done as per following details:-

    a. Inspection Authority - General Manager OFMK b. Inspection & Testing will be carried out by the inspector(s) as deputed by Inspection

    Authority. c. Place of inspection will normally be at OFMK. Inspection at firms premises or any other place

    can also be done as decided by the Inspection Officer. d. Inspection Method: As per inspection procedure mentioned in the drawing/specifications

    and/or as specified in Quality Assurance Instructions (QAI). 2.2 Commercial Conditions of the contract. (Firms must indicate their clear

    acceptance or otherwise of the following in their technical bids) 2.2.1 Performance Security Deposit:

    Performance Security deposit of to 10% of the order value has to be deposited by the firm within 30 days of issue of Supply order by OFMK. The deposit can be submitted in the form of DD or Bank Guarantee (Divisible) issued by a Public Sector Bank or a private sector Bank authorized to conduct Government Business and valid up to completion of contract.

    2.2.2 Earnest Money Deposit: The bidders should comply the EMD condition as explained in the instructions to bidders.

    2.2.3 Liquidated Damages :

    In the event of delayed delivery of stores by the supplier the purchase is entitled to recover LD @ 0.5% per week or part thereof of the cost of stores delayed to compensate for the delay in use of stores subject to a maximum of 10% of total cost of delayed supplies. The total cost includes taxes and duties.

    Station Seal of Firm Signature of supplier

  • 2.2.4 Fall Clause : In case it is noted that during currency of order against this tender another order for same item is placed on your firm by any other Govt. agency at a lower rate then that lower rate will be applicable to this order as well from the date of placement of such order having lower rate. 2.2.5 Arbitration Clause:

    ARBITRATION CLAUSE for Suppliers (Other than PSU/ Govt. Departments):-

    (a) All the disputes and differences arising out of or in any way touching or concerning this agreement (except those for which specific provision has been made therein) shall be referred to Sole Arbitrator to be appointed by Director General Ordnance Factories, Government of India. The Arbitrator so appointed shall be a Government servant who had not dealt with the matters to which this agreement relates and in course of his duties had not expressed views on all or any of the matter in disputes or differences. for the time being or a Govt. Servant appointed by him the appointee shall not be Govt. Servant who had dealt with the matters to which this agreement relates and that in the course of his duties as Govt. Servant he had not expressed views on all or any of the matter in dispute or difference. The Award of the Sole Arbitrator shall be final and binding on the parties.

    (b) The Arbitration shall be as per Arbitration Act 1996 or any statutory modification

    thereof. (c) The venue of Arbitration shall be ORDNANCE FACTORY YEDDUMAILARAM 502 205

    ARBITRATION CLAUSE FOR PSU/GOVT DEPARTMENTS:- In the event of any dispute or difference relating to the interpretation and application

    of the provisions of the contract, such dispute or difference shall be referred by either party for Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the Govt. of India in-charge of the Department of Public Enterprises. The Arbitration and Conciliation Act 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the disputes to the disputes, 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 and Justice, Government of India. Upon such reference the dispute shall be decided by the Law Secretary or the Special Secretary/ Additional Secretary, when so authorized by the Law Secretary, whose decision shall bind the Parties finally and conclusively. The Parties to the dispute will share equally the cost of arbitration as intimated by the Arbitrator. (Ref- Min. of HI & PE OM No. 1(24)/ 2005-DPE (PMA) dt. (22/1/04)

    Station Seal of Firm Signature of supplier

  • 2.2.6. Payment Terms: 100% Payment will be made within 30 days after receipt of satisfactory work completion Certificate from our user section & firms bills with all necessary documents

    2.2.7 FOR, Transportation and Delivery.

    a) Place of delivery/service/repair will normally be Ordnance Factory Medak unless specified otherwise.

    b) Time will be the essence of contract and the delivery period (including staggered delivery periods if any) mentioned in order must be maintained by supplier. The order shall become liable for cancellation after expiry of delivery period and supplier must obtain extension to same from purchaser to avoid cancellation. However the purchaser retains right not to give any such extension and in such an event the order (or part of order-in case of staggered deliveries) will be cancelled at risk and cost of supplier.

    c) In case of Indian suppliers FOR shall be OFMK only. Freight charges up to place of delivery shall be to suppliers account. In case firm has separately not made any mention of freight charges it will be deemed that the rates quoted include freight charges up to place of delivery.

    d) The purchaser will not make any transit insurance and supplier will be responsible for consignment until the entire consignment arrives in good condition at the place of delivery.

    2.2.8 Guarantee / Warrantee a) Supplier shall provide warranty / Guarantee for the performance of the material supplied for

    a Period of 12 months from the date of receipt of material in acceptable condition at place of delivery.

    2.2.9 Subletting / Transferring obligations under contract / Order

    a) The seller shall not give, bargain, sell, assign or sublet or otherwise dispose off the contract once placed or any part thereof, or the benefit or advantage of the contract or any part thereof to any third party. OFMK shall not consider any such act as valid.

    2.2.10 ALL OTHER TERMS AND CONDITIONS OF THE CONTRACT NOT SPECIFICALLY MENTIONED ABOVE WILL BE AS PER CONDITIONS OF CONTRACTS GIVEN IN DGS&D 68 (REVISED) AND OFB PROCUREMENT MANUAL 2010.

    Station Seal of Firm Signature of supplier

  • CHAPTER-III

    Instructions to Tenders

    1) Validity The offer should be valid for 90 days from the date of opening of tenders.

    a) The notification of tender will be given in newspapers as well.

    b) The specifications / scope of work/drawings / bid forms / techno commercial terms and conditions etc. of tender will be uploaded on www.tenders.gov.in. and quotations to be submitted through www.ofbeproc.gov.in

    2) Instructions for submission of bids (E-Procurement). a) The procurement cases processed through E-Procurement system will be

    processed via website viz https://ofbeproc.gov.in.

    b) The notification of tender will be given in newspapers as well.

    c) The specifications /scope of work/ drawings / bid forms / techno commercial terms and conditions etc. of tender will be uploaded on www.tenders.gov.in while the firms must submit the bids on https://ofbeproc.gov.in d) For participating in this E-Procurement system, the vendors should have class-III Digital signature issued by agencies authorised for same. The details of same are available at http://www.cca.gov.in

    e) After obtaining digital certificates as above the firms must upload all relevant data of their firm in the OFB e-procurement portal and request OFMK for enrolment. Please note that enrolment with OFMK is must for bidding against OFMK tenders f) OFMK shall scrutinise the uploaded data of the firm, verify the details if and as required and accord enrolment approval in the OFB e-portal as applicable.

    g) After enrolment by OFMK, the firm can view the details of NIT in E-proc

    website. After viewing the NIT details, if the firm wants to bid against the e-tender, firm must submit cost of tender documents (see clause 3 below) so as to reach OFMK before last date of receipt of same indicated in e-proc website.

    Station Seal of Firm Signature of supplier

  • h) After verification of fee (or exemption documents as applicable) submitted by the vendors OFMK will authorise vendors to commence bidding.

    i) The vendors may then submit their bids (Technical / Commercial) online on https://ofbeproc.gov.in portal before the prescribed date ensuring payment of EMD as applicable.

    3) Acceptance of tender Conditions:

    ALL THE BIDDERS ARE REQUIRED TO DECLARE AND SIGN THEIR ACCEPTANCE FOLLOWING:- 1 ALL THE TERMS AND CONDITIONS OF TENDER

    2 CONFIRMANCE OF THE ITEM OFFERED TO THE DRAWINGS AND TECHNICAL

    SPECIFICATIONS TENDERED THESE CONFIRMATIONS MUST BE SUBMITTED AS ATTACHMENT TO TECHNICAL BID.

    3.1 Opening of tender:

    The tender will be received and opened at the office of the purchaser on the date and time specified in Invitation of Tenders. Only Technical Bid will be opened on due date of tender opening. The price bids of only technically acceptable bidders will be opened at a later date which will be intimated separately to the bidders concerned.

    3.2 Technical bid:

    The offer should be complete in all respects along with supporting documents and technical literature like catalogue, test charts, list of customers of similar item(s), performance feedback reports from users etc. as required/ applicable.

    Scanned copy of documentary proof of having supplied similar items/ similar job works to any central/state Govt department/ PSU/ or reputed private firms should be submitted along with technical bid in e-portal.

    Scanned copy of performance certificate of similar items/ jobs/services supplied to any central/state govt. depts. /PSU/ reputed pvt. firm should be submitted along with technical bid in e-portal.

    The tenderer is at liberty to offer alternative offers with any modifications he considers advisable giving full reasons in support thereof. However, it will not be binding on purchaser to accept it in part or full and purchaser will be at full liberty to ignore any such offer.

    The offer should conform to technical specification and general conditions of contract. However, deviations, if any, should be clearly brought out by the tenderers.

    Station Seal of Firm Signature of supplier

  • 3.3 Queries / Clarifications :

    Queries/Clarifications of all nature, if any that may arise should be referred by the tenderer via written communication (Fax(08455 239074)/ mail to ([email protected])/ Letter) addressed to following:

    THE GENERAL MANAGER ORDNANCE FACTORY YEDDUMAILARAM 502 205 DIST. MEDAK, A.P. PH: 040-23283621/23283451 Attn: JT.GM/GST

    3.4 Evaluation of price bids:

    a) Evaluation of price bids submitted by a firm will be considered only when technical bids are accepted.

    b) In case where all offers are from indigenous sources, ranking will be made based on total unit cost including all taxes / duties up to arrival of consignment at place of delivery.

    3.5 General Instructions :

    a) Tender documents are not transferable.

    b) Quoted price should be in words and figures. In case of any discrepancy between words and figures, the price in words shall prevail.

    c) Quotations received after due date & time will not be considered.

    d) Latest sales Tax Registration Certificate & TIN No. should be mentioned in the offers.

    e) There should be clear mention of statutory Levies like Excise duty, Sales Tax, Transportation charges, any other tax / duty / levy etc. in the offer. In case any of these are not clearly mentioned, it will be deemed that the offer includes same and no reimbursement of same shall be allowed at a later date.

    f) Firms must clearly state the type of tax / Duty (ED, CVD, ST, CST, VAT etc.) and % of tax/duty. Clearly specifying % of tax/ duty is mandatory and offers simply stating tax / duty extra or tax / duty as applicable (without indicating %) may not be considered. It is further clarified that firms must confirm that Tax / duty as applicable on date of delivery will prevail or otherwise for purpose of including same in order. In case of absence of any such confirmation any reduction in tax / duty will accrue to Govt. but Govt. will not be liable to pay any increase in same.

    Station Seal of Firm Signature of supplier

  • g) The tenderer will have no claim to compensation on account of increase of any duty/ tax etc. during the currency of the contract unless specifically agreed to otherwise in order. For this purpose the offers must be given carefully as brought out in point (h) above.

    h) Conditional offers may not be accepted.

    i) Quotations should clearly indicate whether TELANGANA Government Entry Tax is included in

    offer or not.

    j) Normally prices quoted must be firm and fixed throughout contract period. Price Variation clause will normally not be accepted. However if tenderer feels it inescapable to include a price variation clause in contract then he must give a clear formula based only on Govt. rates / indices along with present values of these rates / indices. It is clarified here that ranking will be done based only on all inclusive per unit rate quoted which will be considered to be based on present value of these rates / indices.

    k) Packing and Forwarding charges, if extra, should also be clearly indicated. In absence of any clear stipulation it will be deemed that rates are inclusive of all such charges.

    l) Entering discount separately in price bid is discouraged. If any firm intends to offer discount, the same should be added to basic rate and discounted rate must be entered in quotation.

    m) Quotations received after due date and time will not be considered.

    n) Canvassing by tenderers in any form including unsolicited letters on tenders submitted

    Or post tender corrections shall their tender liable for summary rejection. Any offer may be rejected by the General Manager, Ordnance Factory Medak at his discretion without assigning any reason thereof to the tenderer.

    o) This tender enquiry is being issued with no financial commitment and purchaser reserves the

    right to change or vary any part thereof at any stage. Purchaser also reserves the right to withdraw the tender should it be so necessary at any stage.

    3.6 Evaluation criteria:

    The landed cost will be taken as all cost elements F.O.R. destination covering Basic cost, statutory Duties and Taxes as applicable and transportation up to Ordnance Factory Medak.

    AGREEMENT: We agree to all the terms and conditions of this tender and confirm to supply items/services as per terms & conditions of this tender.

    Station: seal of the firm signature of supplier

  • Compliance Report (TO BE INCLUDE IN THE TECHNICAL BID) Annexure -A

    Sl. No

    Description

    Firms Remarks Yes/No

    In case of noncompliance, deviation to be indicated

    1 Accepted to the Scope of work enclosed attached.

    2 Submission of EMD 3 Submission of Tender Fee 4 Confirmation for submission of performance

    security deposit after placement of supply order

    5 Validity 90 days from the date of opening of tender documents.

    6 Payment terms: within 30 days after receipt of satisfactory work completion Certificate from our user section & firms bills with all necessary documents.

    7 Documentary proof for EMD exemption copy if applicable.

    8 Submission of documentary proof of having supplied similar items/ similar job works to any central/state Govt department/ PSU/ or reputed private firms.

    9 Performance certificate of similar items/ jobs/services supplied to any central/state govt. depts. /PSU/ reputed pvt. firms

  • Annexure-B

    PROFORMA FOR BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT (To be submitted on non judicial stamp paper of appropriate value purchased in the name of the issuing Bank) This deed of guarantee made this ___________ day of ___________, INR _______________(INR___________only) between ____________ ( name of Banker ) having its registered office at __________ ( place ) and one of its local office at ____________________(herein after referred to as the surety) and Ordnance Factory ____________________on behalf of President of India (herein after referred to as the Government. WHEREAS _________ ( Tenderers name hereinafter referred to as Tenderer ) a company registered under __________ and having its registered office at ______ is bound to deposit with the Government by way of earnest money INR _______________ ( INR ____________________________________________ only ) in connection with its Tender for supply, installation, commissioning and testing of ________________ and the specifications and terms and conditions enclosed therein. WHEREAS the tenderer as per instructions to tenderers and special conditions has agreed to furnish a Bank Guarantee valid up to __________________________ instead of deposit of earnest money in cash. NOW THIS WITNESSESS: 1. That the Surety in consideration of the above Tender made by the Tenderer to the Government hereby undertakes to guarantee payment on demand without demur to the Government the said amount of INR _____________________ ( INR _________________________________________ only ) within one week from the date of receipt of the demand from the Government on presentation of this deed of guarantee. 2. This guarantee shall not be affected by any infirmity or irregularity on the part of the Tenderer or by the dissolution or any change in the constitution of the Government, Tenderer or the Surety. 3. The Government shall be eligible to make any claim under this guarantee if the Tenderer after submitting his Tender, rescinds from his offer or modifies the terms and conditions thereof in a manner not acceptable to the Government or expresses his unwillingness to accept the order after the Government has decided to place order with the Tenderer. 4. The Surety shall not and cannot revoke this guarantee during its currency except with previous consent of the Government in writing. 5. Notwithstanding anything contained in foregoing, the Suretys liability under the guarantee restricted to INR____________________(INR _____________________________only) . 6. This guarantee shall remain in force and effective up to__________ and shall expire and become in effective on intimation thereof being given to the Surety by the Government in which event this guarantee shall stand discharged. 7. The Surety will make the payment pursuant to the demand notice issued by the Government notwithstanding any dispute that may exist or arise between the Tenderer and the Government.

  • 8. Any forbearance, act or omission on the part of Tenderer in enforcing any of the conditions of the said Tender or showing of any indulgence by the Government to the Tenderer shall not discharge the Surety in any way and the obligation of the Surety under this guarantee shall be discharged only on the intimation thereof being given to the Surety by the Government. 9. Notwithstanding anything contained hereinabove, unless a demand or claim under this guarantee is made on the Surety in writing on or before____________________, the Surety shall be discharged from all liabilities under guarantee thereafter. 10. The Surety has the power to issue this guarantee under its Memorandum and Articles of Association and the person who is hereby executing this deed has the necessary power to do so under the power of Attorney granted to him by the Surety SIGNED AND DELIVERED For and on behalf of For and on behalf of above named Bank (Bankers Name and Seal) Branch Manager (Bankers Seal)