Upload
lydien
View
215
Download
2
Embed Size (px)
Citation preview
Open Tender Enquiry
Fork Lift Truck
Last Date of Submission: 19-Nov-2015
SCOOTERS INDIA LIMITED
(A Government of India Enterprise)
Post Bag No.23 (GPO), Sarojini Nagar,
Lucknow – 226 008
TENDER NOTICE
T.E. No. : SIL/PUR/Fork Lift Truck/2015-16.
Sealed Tenders are invited in two bid system for Fork Lift Truck. Information
regarding tender form and further details please visit our website
www.scootersindia.com
Sr. Manager (Matls)
f. Special Terms & Conditions (Annexure-VI) g. Minimum Qualifying Criteria (Annexure-V) h. Bid Evaluation Criteria (Annexure IX) i. Integrity Pact (Annexure- X)
(2)Second cover, (Price bid) consisting of following:
k. Price Bid (Annexure-VIII).
NOTE: In case Price bid is found to be different from the un-priced price bid in any manner, the offer will be rejected summarily. Important: Taxes & Duties quoted by you will be taken for cost evaluation for order placement and no change will be entertained at a later stage except in the case of revision made by the Government. Changes in Taxes and Duties because of the changes in Turnover etc. shall also be to the supplier's account. In case no tax/duty is included, a self declaration for the exemption may be attached along with the offer. Please fill up vendor registration form (In case of new vendor) which is available on our website (www.scootersindia.com) and send it along with your Bids, otherwise your participation will not be considered. (Ignore this if you have already submitted this form) The price quoted shall be in figures and also in words in Price bid. In case of difference in both, the later shall be considered for evaluation purpose. Enclosures: Techno Commercial Bid
1. Details of Material : Annexure-I 2. Detailed description of material : Annexure-II 3. General Terms & Conditions : Annexure-III 4. Check-list : Annexure-IV 5. Minimum Qualifying Criteria : Annexure-V 6. Special Terms & Conditions : Annexure-VI 7. Un-priced Price Bid : Annexure-VII 8. Bid Evaluation Criteria : Annexure IX 9. Integrity Pact : Annexure X
Price Bid
1. Price Bid : Annexure-VIII
NOTE: FOR ANY ENQUIRY PLEASE CONTACT IN THE OFFICE OF Sr. MANAGER (PUR) AT ADDRESS MENTIONED ABOVE BETWEEN 10.00 AM TO 3.00 PM ON ANY WORKING DAY.
(Techno-commercial Bid)
Annexure: I
Details of Materials
Sl. No. SIL Material
Code Description
Quantity Required
Specification
1. Fork Lift Truck 3
Specification as per annexure-II
Annexure: II Detailed Description of Materials
Sl. Description Qty. (in-nos)
Specifications Bidder
Acceptance / Offer
1. 3 Ton Fork
Lift Truck
(Front 02Nos and Rear 02 nos Tyre)
01
Diesel operation forklift with capacity 3.0 Ton at 500 mm. load center.
Engine:
4 Cylinder, Water cooled diesel engine developing 47bhp to 60 bhp at2000rpm to 2800 rpm.
Engine Make: Simpsons/Kirloskar/TATA/Ashok Leyland.
Air filtration shall be done through a large, cyclone type air
cleaner with replaceable paper element and replacement of filter
should be easy
Air cleaner shall be located close to the air intake manifold
Gear type oil pump to be provided for lubrication
Water pump and radiator to be provided for cooling
The exposed portion of the muffler shall be used steel wire mesh
enclosure.
Engine should be complete with fly wheel, battery, electric self-
starter, alternator
Engine should be neutral start
fuel tank capacity minimum 45 lts
Transmission
It should have at least 02 forward and 02 reverse speeds
automatic transmission system with Automatic torque convertor.
Steering System
Feather touch power steering /hydro static steering.
Hydraulic System:
Gear type hydraulic pump drive by engine lift, Tilt, power
Steering and auxiliary functions. Control levers for lift/lower and
auxiliary function. Relief valve protected hydraulic system
against pressure raise due to overloading.
Frame
Precession aligned monocoque construction with integral fuel &
Hydraulic tank.
Brakes
Hydraulic brake for Service
Oil seals & sleeves shall be provided so as to prevent entry of grease in the brake area
Mechanical brake for parking
Electrical System: The battery should be suitable rating for starting of
engine.Battery Voltage and rating should be submitted with offer
Self-starter to be provided
An alternator should be provided for charging the battery
Forklifter to be fitted with a warning horn. This warning horn should be operated at the time of backward operation of the forklifter. (Reversing alarm)
Gauge
Dash board should be mounted in the front at a convenient place for clear view and fitted with water temp. Gauge, engine oil pressure gauge, Battery charging indicator, fuel gauge, parking brake On indicator, Direction indicator, control switches etc.
Tyre: Bear Cat Tyre
Front 02 No’s
Rear 02 No’s.
Speed
Travel Speed Maximum (Laden) 15 – 20 Km/hrs.
Lifting speed (Laden) 0.2 – 0.6 m/sec.
Lowering speed (Laden) 0.2 – 0.6 m/sec.
Grade ability
Grade ability (Laden): 15% minimum.
Turning Radius
Outer Turning Radius: 2300 – 2500 mm.
Maximum Fork Lifting Height
4300 -5000 mm
Up to 3000mm lifting capacity should be 3000Kg
After3000mm lifting capacity should be minimum 2500Kg
Mast
03 Stages, Clear View Mast
Tilt Angle with Mast:
Forward: Min 4 degree Backward: Min 6 degree Mast height
(Fork lowered): 2000 – 2200 mm.
(Fork Raised): 5000 – 6000 mm.
Height of Overhead Guard from Wheel Base
2000-2200mm.
Forks
No. of forks : Two
Centre distance of forks : adjustable between 280 mm to 1000 mm
Length of forks: 1000 -1200mm
Width of forks : 100-140mm
Total of Fork Lift Truck width(including tyre side guards):
1200 - 1300 mm.
Total length of Fork Lift Truck (without Fork)
2500 - 3000 mm.
Standard accessories to be fitted / provided with the Fork Lift Truck
Tool kit
Fork mounted crane attachment (360 degree rotating hook)
Set of lights (Front 02, Rear 02)
Signal lights (Front 02, Rear 02)
Reverse Alarm
Seat Belt
Tow coupler
Ignition lock with key
Vertical Exhaust
Load back rest
Emissions from Fork lift engine:
It should confirm latest applicable Indian standard pollution
norms of BS III or BS IV Engines.
Please specify.
Miscellaneous:
Recommended spares for 2 years normal working to be provided.
AMC
AMC for one year after the completion of the warrantee /
guarantee period.
2 3 Ton Fork
Lift Truck
(Front 04 No’s and Rear 02 No’s Tyre)
01 Specifications Bidder Acceptance /
Offer
Diesel operation forklift with capacity 3.0 Ton at 500 mm. load
center
Engine:
4 Cylinder, Water cooled diesel engine developing 47bhp to 60 bhp at2000rpm to 2800 rpm.
Make: Simpsons/Kirloskar/TATA/Ashok Leyland.
Air filtration shall be done through a large, cyclone type air
cleaner with replaceable paper element and replacement of filter
should be easy
Air cleaner shall be located close to the air intake manifold
Gear type oil pump to be provided for lubrication
Water pump and radiator to be provided for cooling
The exposed portion of the muffler shall be used steel wire mesh
enclosure.
Engine should be complete with fly wheel, battery, electric self-
starter, alternator
Engine should be neutral start
Fuel tank capacity minimum 45 lts
Transmission: It should have at least 02 forward and 02 reverse speeds
Gear shifter: Manual.
Coupling : Fluid coupling
Steering System: Feather touch power steering /hydro static steering
Hydraulic System: Gear type hydraulic pump drive by engine lift, Tilt, power
Steering and auxiliary functions. Control levers for lift/lower and
auxiliary function. Relief valve protected hydraulic system
against pressure raise due to overloading.
Frame: Precession aligned monocoque construction with integral fuel &
Hydraulic tank.
Brakes: Hydraulic brake for Service
Oil seals & sleeves shall be provided so as to prevent entry of grease in the brake area
Mechanical brake for parking.
Electrical System: The battery should be suitable rating for starting of engine. Battery Voltage and rating should be submitted with offer
Self-starter to be provided
An alternator should be provided for charging the battery
Forklifter to be fitted with a warning horn. This warning horn should be operated at the time of backward operation of the forklifter. (Reversing alarm)
Gauges:
Dash board should be mounted in the front at a convenient place for clear view and fitted with water temp. Gauge, engine oil pressure gauge, Battery charging indicator, fuel gauge, parking brake On indicator, Direction indicator, control switches etc.
Tyre: Bear Cat Tyre
Front 04 No’s and Rear 02 no’s
Speed:
Travel Speed Maximum (Laden) 15 – 20 Km/hrs.
Lifting speed (Laden) 0.2 – 0.6 m/sec.
Lowering speed (Laden) 0.2– 0.6 m/sec.
Grade ability
Grade ability (Laden): 15% minimum.
Turning Radius Outer Turning Radius: 2200 – 2600 mm.
Maximum fork lifting height:
6000 -7000 mm.
Up to 4500mm lifting capacity should be 3000Kg
After 4500mm lifting capacity should be minimum 1500Kg
Mast
03 Stages, Clear View Mast
Tilt Angle with Mast
Forward: Min 4 degree
Backward: Min 6 degree
Mast height (Fork lowered): 2500 – 2900 mm.
(Fork Raised):6500-7500mm
Height of Overhead Guard from the wheel Base: 2000-2400mm
Forks:
Centre distance of forks : adjustable between 280 mm to 1300 mm
Length of forks : 1000 -1200mm
No. of forks : Two
Width of forks : 100-140 mm
Total width of Fork Lift Truck (Including tyre side guard): 1500- 1700 mm.
Total length of Fork Lift Truck (without Fork): 2500-2800 mm.
Standard/Accessories: Tool kit
Pair of Extension Fork length: 1000-1200mm.
Set of lights (Front 02, Rear 02)
Signal lights (Front 02, Rear 02)
Reverse Alarm
Seat Belt
Tow coupler
Ignition lock with key
Vertical Exhaust
Load back rest
Emissions from Fork lift engine: It should conform latest applicable Indian standard pollution
norms (BS III/BS IV Engine).
Please specify
Miscellaneous: Recommended spares for 2 years normal working to be provided.
AMC
AMC for one year after the completion of the warrantee /
guarantee period.
3 5 Ton Fork
Lift Truck
(Front 04 No’s and Rear 02 No’s Tyre)
01
Specifications Bidder
Acceptance / Offer
Diesel operation forklift with capacity 5.0 Ton at 600 mm. load center.
Engine: 4 Cylinder, Water cooled diesel engine developing 75 bhp to 80 bhp at 2200 rpm to 2400 rpm.
Make: Simpsons/Kirloskar/TATA/Ashok Leyland.
Air filtration shall be done through a large, cyclone type air
cleaner with replaceable paper element and replacement of filter
should be easy
Air cleaner shall be located close to the air intake manifold
Gear type oil pump to be provided for lubrication
Water pump and radiator to be provided for cooling
The exposed portion of the muffler shall be used steel wire mesh
enclosure.
Engine should be complete with fly wheel, battery, electric self-
starter, alternator
Engine should be neutral start
Fuel tank capacity minimum 60 lts
Transmission: It should have at least 02 forward and 02 reverse speeds Automatic transmission system with automatic torque convertor
Foot operated inching pedal must be provided separately.
Steering System: Feather touches power steering /hydro static steering.
Hydraulic System: Gear type hydraulic pump drive by engine lift, Tilt, power Steering and auxiliary functions. Control levers for lift/lower and auxiliary function. Relief valve protected hydraulic system against pressure raise due to overloading.
Frame: Precession aligned monocoque construction with integral fuel & Hydraulic tank.
Brakes: Hydraulic brake for Service (TheForklifter should be fitted with heavy duty, self-adjustable and self-energizing Pneumatically assisted Hydraulic Disc Brakes.( Power Brakes.)
Oil seals & sleeves shall be provided so as to prevent entry of grease in the brake area
Mechanical brake for parking (Hand operated).
Electrical System: The battery should be suitable rating for starting of engine.
Battery Voltage and rating should be submitted with offer
Self-starter to be provided
An alternator should be provided for charging the battery
Forklifter to be fitted with a warning horn. This warning horn
should be operated at the time of backward operation of the forklifter. (Reversing alarm) Gauges:
Dash board should be mounted in the front at a convenient place for clear view and fitted with water temp. Gauge, engine oil pressure gauge, Battery charging indicator, fuel gauge, parking brake On indicator, Direction indicator, control switches etc.
Tyre: Bear Cat Tyre
Front 04 No’s and Rear 02 no’s.
Speed: Travel Speed maximum (Laden) 15 – 20 Km/hrs.
Lifting speed (Laden) 0.2 – 0.6 m/sec.
Lowering speed (Laden) 0.2 – 0.6 m/sec.
Grade ability: Grade ability (Laden) : 15% minimum.
Turning Radius: Outer Turning Radius: 2900 – 3100 mm
Maximum fork lifting height:
4200 -5200 mm.
Up to 3500mm lifting capacity should be 5000Kg
After 3500mm lifting capacity should be minimum 3500Kg
Mast: 03 Stages, Clear View Mast. Tilt Angle with Mast
Forward: Min 6 degree
Backward: Min 10 degree
Mast height:
(Fork lowered): 2100 – 2400 mm.
(Fork Raised): 5200 – 6500 mm.
Height of Overhead Guard Height of Overhead Guard from wheel base: 2100-2400mm
Forks
Centre distance of forks : adjustable between 360 mm to 1500 mm
Length of forks : 1200-1600mm
No. of forks : Two
Width of forks : 130-160mm
Total width of Fork Lift Truck:
Total width including tyre side Guard: 1700 - 2000 mm
Total Length of Fork Lift Truck: Total length (without Fork): 3200 - 3800 mm.
Standard/Accessories: Tool kit
Pair of Extension Fork length: 1000mm-1300mm and fork
mounted crane attachment ( 360 degree rotating hook)
Set of lights (Front 02, Rear 02)
Signal lights (Front 02, Rear 02)
Reverse Alarm
Seat Belt
Tow coupler
Ignition lock with key
Vertical Exhaust
Load back rest
Emissions from Fork lift engine: It should conform latest applicable Indian standard pollution norms (BS III/BS
IV Engine).
Please specify
Miscellaneous: Recommended spares for 2 years normal working to be provided.
AMC
AMC for one year after the completion of the warrantee / guarantee period.
Annexure-III
Annexure-IV
CHECK LIST (Tender No.: SIL/PUR/FORK LIFT TRUCK/ 2015-16 and due date 19-Nov-2015)
(Please ensure that following documents/details have been enclosed /accepted)
Sl. No.
Particulars Status Please
tick (√)
1. Every page of tender duly signed, Stamped and attached. Yes
2. Validity of offer 90 days from tender opening date. Yes
3. Quoted price shall remain firmed and final throughout the execution of complete purchase order.
Yes
4.
Following declarations on party letterhead enclosed a) We hereby certify that we have not been blacklisted by any
Public Sector Undertaking/Public Department. b)We have gone through the terms and conditions given in your above tender form, is accepted and agreed by us
Yes
5.
The tender is in two bid system. Please enclose the envelop for techno commercial bid and price bid separately. In technical bid vendor enclosed Check list, Un-priced bid, Minimum Qualifying Criteria, Special terms & Conditions, Integrity pact. In price bid, vendor enclosed the basic price of item in figures and in words
Yes
6. Price bid :Party to indicate excise duty, sales tax / VAT etc All column of price bid filled up in the price bid
Yes
7. The delivery term shall be “FOR SIL Stores”, Yes
8. The Payment term shall be “45 days direct credit from the
date of receipt of material at SIL”. Yes
9. S.I.L. reserves the right to reject any offer due to non-compliance with the above conditions and/or non-receipt of this form in duly filled condition - Agreed
Yes
10. Price quoted shall be in figure and also in words in price bid Yes
11. For delivery term FOR SIL, Transit insurance shall be at
party’s end and it should be included in quoted basic rate. Yes
12. Integrity Pact document accepted and Signed by the party. Yes
13.
a. Company profile and brochures etc. – enclosed
b. Duly filled vendor registration form – enclosed
c. Proof of minimum turnover, as per MQC for financial year
2012-13 & 2013-14 – enclosed
d. Tender document Cost of Rs. 1000/- (Rs. One Thousand
Only) – Paid
e. EMD of Rs. 100,000/- (Rs. One Lac Only) - attached
Yes
Annexure-V
MINIMUM QUALIFYING CRITERIA FOR VENDOR SELECTION
1. Bidder/Principal should be a manufacturer or authorized dealer for subject items of this tender. They should
have manufacturing and R&D facility in India and should be ISO 9001 certificated Company and should have
atleast 10 years of Experience in design & manufacturing of the Tendered Item. Bidder to furnish Company
profile & broacher (showing 10years experience in the field of R&D & Manufacturing of the tendered item)
along with the Techno Commercial Bid which may be subjected to verification by SIL team.
2. Offers of Manufacturer’s or Authorized Dealer’s shall only be entertained. In case of participation by a
manufacturer, Declaration on letter head for being a manufacturer, and in case of participation by
authorized dealers, dealer must furnish Authorization Letter from their Principal to the extent of authority
& price. (To be enclosed with the Techno-Commercial Bid).
3. Principal should have the minimum annual turnover of Rupees One Hundred Crores. Bidder to furnish
audited balance sheet, profit-loss account statement of last 2 financial years, confirming the turnover.
4. Bidder/Principal will have to fill in all their offered parameter in annexure-II (Detailed Description of materials.), no column should be left blank, any blank column may lead to disqualification, and the Offer & Delivery should be strictly as per the Requirements of SIL (as in Annexure II)
5. 02 nos. of Copies of Purchase Order, costing not less than Rs.45 laks each, of last 05 FY, (of the Tendered Item) having both 3Ton & 5Ton capacity Fork Lift Trucks (in the Same PO or Separate POs), made to any Automobile sector/ PSU/ PWD/ Engineering/ Manufacturing Industries to be furnished and Performance Certificate of at least 05 Years old (or more) trucks, of both 3T & 5T along with their PO to be produced, numbering three each. The certificates must clearly mention the present working condition of the trucks and their maintainability from any of the Customers from Manufacturing or Engineering or PWD backgrounds. The certificate should be produced on Customer’s Letter Head (as on date) along with the Techno Commercial Bid.
6. Pre dispatch inspection shall be carried out at supplier’s works by SIL representatives. Supplier MUST inform
well in advance (14 days) about readiness of the material for inspection/ checking of all dimension as per
technical specification Annexure II
7. Document’s/ Certificate:
a) To be enclosed along with the Techno Commercial Bid
Valid ISO certificate (ISO 9001) of the Manufacturer
ARAI certificate of the respective models
Load test certificates as per: IS 6765-2003
Engine conforming to IS: 10000-1980 (1 to 12) & IS 10002:1981 with amendment I.
Fork lift truck Arm IS: 6876-1972
Acceptance criteria as per IS: 10517-1983
b) To be enclosed along with the material
In-house testing certificate for Stability testing.
Engine Emission Test as per BS III or IV
In-house test certificate of Engine
In-house test certificate of Load
02 years warranty certificate of the Engine required (of Indian make, as mentioned in Annex-II)
O&M manual, integrated list of Spare parts & their catalogue and all hydraulic & electrical drawings/circuit
diagram.- (2 set with each fork lift)
Guarantee Certificate – Minimum 12 month from the date of commissioning or 18 months from date of
dispatch of at site whichever is early of the Complete Vehicle.
8. An EMD of Rs.1,00,000/- (One Lakh only) is to be enclosed with the Techno Commercial Bid in form of crossed account payee demand draft / pay order drawn in favourScooters India Limited, Lucknow. Payable at Lucknow. Bids/offers without EMD will not be considered. EMD of unsuccessful bidders shall be returned immediately after the finalization of Tender and shall be interest free.
9. Check list must be filled up and enclosed by vendors in Techno Commercial Bid.
10. Bidder must pay the tender document cost of Rs. 1000/-(One Thousand only).
11. Within 15 days of receipt of Purchase Order, the successful Bidder shall furnish to SIL a Security Deposit in
the form of Performance Bank Guarantee valid till the completion of warranty / guarantee period for an amount
equivalent to 10% of the contract value.
12. Supply, Commissioning & Training at SIL Sites.
13. The supply & commissioning of fork lift should be at SIL site which are mentioned in tender. During
commissioning only load (which is to be lifted) shall be provided by SIL, all other necessary arrangements
shall be in the scope of Supplier.
14. Diesel Forklift should be commissioned within three weeks from the date of receipt at respective SIL sites.
15. Training for Operation & maintenance should be provided to SIL persons during commissioning.
ANNEXURE-VI SIL – SPECIAL TERMS AND CONDITIONS
Criteria for quantity distribution shall be as aggregate for all 03 equipments as per specification of annexure -II:
The following Special Conditions without any deviation needs to be adhered to:
Sl. No.
SPECIAL TERMS AND CONDITIONS
1. The tender is in Two Bid System and after qualifying the Techno Commercial Bid of each-bidder; their respective Price Bid shall be opened.
2. EMD is to be enclosed with the Techno Commercial Bid in form of crossed account payee demand draft/ pay order drawn in favour Scooters India Limited, Lucknow. Payable at Lucknow. Bids/ offers without EMD will not be considered. EMD of unsuccessful bidders shall be returned immediately after the finalization of Tender and shall be interest free.
3. EMD is liable to forfeited if the bidder withdraws or amends, impairs or derogates from the tender in any respect within the period of validity of this tender.
4. Within 15 days of receipt of Purchase Order, the successful Bidder shall furnish to SIL a Security Deposit in the form of Performance Bank Guarantee valid till the completion of warranty/ guarantee period for an amount equivalent to 10% of the contract value.
5. Integrity Pact shall be accepted & duly signed by the bidder & to be enclosed with the Techno Commercial Bid.
6. Bidder will have to fill-up vendor registration form & submit it along with tender documents. Vendor registration format can be downloaded from our website www.scootersindia.com and duly filled Form should be attached with Techno Commercial Bid.
7. Principal should have at least two service centers in north India (UP/Delhi/NCR), Bidder to confirm the same on Manufacturer’s Letter Head.
8. Offer shall be evaluated based on SIL Specifications (Annexure-II) only. Any additional features other than SIL specifications & Scope may be acceptable but will not (any decision making for bid consideration) carry any additional weightage for evaluation.
9. Irrespective of manufacturer’s test certificates & testing during inspection , trial run of any / all Fork Lift Trucks will be further conducted after delivery at SIL works within 15 days from the date of receipt of material at SIL works at the discretion of incharge maintenance / user of respective units. Party’s bill will be accepted after 15 days from the date of commissioning at SIL works & if no defects are observed during the trial run.
10. The payment terms shall be 45 days direct credit from the date of receipt of material at SIL Stores.
11. Delivery shall be “FOR SIL Store “ and should be within 04 months from the date of receipt of PO by the successful bidder, if in any case the date has to extend then the party should communicate it in advance and SIL reserves the right to consider it or not.
Item Sl. No. Distribution (in %)
L1 Source L2 Source
As per (Annex-I) 100 NIL
Annexure-VII
Un-priced Price Bid
(TECHNO COMMERCIAL BID)
Supplier‘s name:
Dated: Signature of Bidder:
Sl. No.
Material Code
Description
Quantity Required
To Be filled by vendor
Basic Rate /Unit (exclusive taxes) ( in Rupees)
Excise Duty (%)
CST against
“Form C” (%)
VAT + SAT (%) In digits In words
1 NEW
3 Ton Fork Lift Truck
(Front 02 Nos and Rear 02 nosTyre)
01
X XX 2 NEW 3 Ton Fork Lift Truck
(Front 04 Nos and Rear 02 nosTyre)
01
X XX
3 NEW 5 Ton Fork Lift Truck
(Front 04 Nos and Rear 02 nos)
01
X XX
4 N.A 01 Year Free AMC
(If applicable)
For all the
above (03
nos.) X XX X X X
Priced Price Bid Annexure -VIII (TECHNO COMMERCIAL BID)
Supplier‘s name:
Dated: Signature of Bidder:
Seal
Sl. No.
Material Code
Description
Quantity Required
To Be filled by vendor
Basic Rate /Unit (exclusive taxes) ( in Rupees)
Excise Duty (%)
CST against
“Form C” (%)
VAT + SAT (%) In digits In words
1 NEW
3 Ton Fork Lift Truck
(Front 02 Nos and Rear 02 nosTyre)
01
2 NEW 3 Ton Fork Lift Truck
(Front 04 Nos and Rear 02 nosTyre)
01
3 NEW 5 Ton Fork Lift Truck
(Front 04 Nos and Rear 02 nosTyre)
01
4 N.A 01 Year Free AMC
(If applicable)
For all the
above (03
nos.)
Annexure-IX
BID EVALUATION CRITERIA
PRICE: 1. Bid shall be evaluated in aggregate for all 03 equipments as per specification at annexure-II
on the basis of lowest cost to SIL basis (L1) as per the calculation below subject to fulfillment of MQC, Special Terms & Conditions:
Sl. No.
Factors
1 Basic Price
2 Discount (Less)
3 Packing & forwarding
4 Excise Duty
5 CST with or without form
6 UP VAT
7 others
8 Development Tax
9 freight
10 Transit insurance
11 Payment Terms In Days
12 Modvat(Less)
13 UPTC(Less)
Cost to SIL for Fork Lifter = [ 1-(2)+3+5+(6)+7+8+9+10+11-13]
Payment term (Sl No.12) = Factor applicable based on Payment term quoted by Vendor **X Cost [1-(2)+3+4+5+6+7+8+9+10+11].
2. Quantity distribution shall be made 100% to L1.
Sl. No. Payment Term Credit Days Value of Loading
factor
1. Credit period
(PREFERED) 45 0
2. Credit period 60 (-) 0.0070
3. Credit period (>) 60 (-) 0.0070
4. Credit period 30 (+) 0.0070
5. Credit period 21 (+) 0.0111
6. Credit period 15 (+) 0.0139
7. Payment through bank/ COD 0 (+) 0.0209
8. Advance payment
(against Performa Invoice) (-) 45 (+) 0.0418
** The following loading factors shall be applicable w.r.t. different payment terms in number of days for relative evaluation purpose.
Annexure X