Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
NOTICE INVITING TENDER
Supply, Transportation, Erection and Commissioning of Rice Milling Unit with Colour Sorter / Packaging Machine
NIT No: MSSRF/Rice Bio-Park (2) 2014 17-10-2014 Sealed Tenders are invited in Single stage two bid systems for supply, transportation, erection and commissioning of 2MT Rice Mill with Colour Sorter and packaging machine (with Nitrogen flushing) for the Rice Bio-Park being set up at Yezin, Nay Pyi Taw, Myanmar with the assistance of Ministry of External Affairs, Government of India. The Rice Bio-Park is located in the Yezin University premises near Nay Pyi Taw, Myanmar. The Rice Bio-Park will have different units viz., straw section, husk section, husk ash section, rice bran section etc. A rice mill with colour sorter and packaging machine will be installed in the Rice Bio-Park. 2. The eligible suppliers/ manufacturers of Rice Mill with Colour sorter and packaging machine (with Nitrogen flushing) are invited to participate in the bidding process. The Tender Document containing specifications, detailed terms and conditions of the tender can be obtained from the Executive Director, MSSRF, Third Cross Street, Taramani, Chennai 600113 after paying the requisite tender document cost of Rs 2500/- by a crossed Demand Draft drawn in favour of M.S. Swaminathan Research Foundation, Chennai. 3. The Tender Document containing specifications, detailed terms and conditions of the tender can also be downloaded from the websites www.mssrf.org or www.mea.gov.in or www.eprocure.gov.in. Bidders submitting the downloaded copy of the bid document are required to furnish a crossed Demand Draft of Rs 2500/- drawn in favour of M.S. Swaminathan Research Foundation, Chennai at the time of submission of the bid. 4. The corrigendum/modification/amendments, if any, will be published only on the websites www.mssrf.org or www.mea.gov.in or www.eprocure.gov.in. 5. The last date of submission of the bid is 3.00 PM on 07-11-2014. The bids will be opened on same day by 4.00 PM at MSSRF, Third Cross Street, Taramani, Chennai 600113.
Executive Director, MSSRF
http://www.mssrf.org/http://www.mea.gov.in/http://www.eprocure.gov.in/http://www.mssrf.org/http://www.mea.gov.in/http://www.eprocure.gov.in/
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
1
M.S. Swaminathan Research Foundation (Centre for Research on Sustainable Agricultural and Rural Development)
Tender Terms & Conditions for the Supply of Rice Mill Machinery and Allied Items on Turn Key basis
(Transportation, Erection and Commissioning at Nay Pyi Taw, Myanmar)
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
2
1. The bidders are requested to give detailed sealed offer in the prescribed forms in two bid system as Part-I: Technical Bid and Part-II: Commercial/ Price Bid. Tenders submitted through Fax / E-mail / Telegraphic / Telex will not be considered.
2. The tenders will be received in this office till 03 PM on 07-11-2014 and the technical bids shall be opened on the same day by 04 PM in the presence of the bidders or their authorized agents who wish to be present.
3. Tenders addressed to The Executive Director, M.S. Swaminathan Research Foundation, 3rd Cross Street, Taramani Institutional Area, Chennai 600113 are to be submitted separately for each item in duplicate in double cover, under two bids system super scribed as Tender for Rice Mill Machinery and Allied Items.
4. The Technical Bid (Part I) should include complete specification, manufacturer’s name, address and relevant literature / pamphlets with users’ list, (Myanmar users separately) warranty terms & EMD in the form of a Demand Draft or a Bank Guarantee of Rs 5 (Five) lakhs from any Nationalized Bank payable at Chennai. The Demand Draft or the Bank Guarantee may be drawn in favour of the M.S.Swaminathan Research Foundation. In case of Bank Guarantee, the validity should be 180+45 days from the date of bid opening.
5. Period of Validity of Bids: Bids shall remain valid for 180 days after the date of Bid
opening prescribed by the Purchaser. A Bid expressed to be valid for a shorter
period may be rejected by the Purchaser as non-responsive. In exceptional
circumstances, the Purchaser may solicit the Bidder's consent to an extension of
the period of validity. The request and the responses thereto shall be made in
writing or by cable. The Bid Security/ EMD provided by the bidder shall also be
extended suitably. A Bidder may refuse the request without forfeiting its Bid
Security. A bidder granting the request will not be required nor permitted to modify
its bid.
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
3
6. Tenders should be submitted in two separate envelopes (Envelope A and Envelope
B) and both these envelopes should be kept in another envelope (Envelope C) before
submission to MSSRF.
(a) The First Envelope (Envelope A) will contain the technical bid. The technical bid will comprise of the Bid Form as per the prescribed Performa, Earnest Money
Deposit, Tender Fees, Demand Draft for the tender fees if bid document is
downloaded from website, Technical Specifications of the offered tendered item,
brochures, signed copy of all the pages of the bid document, authority to sign the
bid/ power of authority in favour of the person signing the bid, bidder’s eligibility
documents, past experience certificates, etc. The bidders are required to submit
two sets of complete technical bid in Envelope A. One set will comprise of original signed documents and the other set will be a copy of the original technical
bid.
(b) The Second Envelope (Envelope B) will contain only the financial/ price bid in the prescribed format wherein prices are duly filled in and signed by the authorized
signatory. No conditional price bid will be accepted.
7. The tenders must be clearly written or typed. Corrections or overwriting without the attestation is liable to be rejected. The technical as well as the financial bid should be duly numbered on each page and first page of each bid must clearly state number of pages
enclosed and number of technical literature enclosed duly numbered. The bids received will be first scrutinized with reference to the technical specifications, and then considered from financial aspect. Bidders are requested to enclose an index of the documents enclosed in the tabulated form. Bidders may confirm whether their offered equipment meets the technical specifications of the tender document (clearly stating Yes/No in the remarks column, duly supporting with the technical literature wherever applicable, deviation if any, may clearly be indicated).
8. Cost Bidding: The Bidder shall bear all costs associated with the preparation and
submission of its Bid, and MSSRF will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
4
9. Clarification of Bidding Documents: A prospective Bidder requiring any legitimate clarification of the Bidding Documents may notify in writing at the mailing address
indicated in the Notice Inviting Tender. MSSRF will respond to any request for
clarification of the Bidding Documents that it receives no later than fifteen days (15-days) prior to the deadline for the submission of the bids. The response to the query (including explanation of the query but without identifying the source of
inquiry) will be displayed on the website www.mssrf.org or www.mea.gov.in or www.eprocure.gov.in.
10. Amendment of Bidding Documents: At any time prior to the deadline for
submission of Bids, MSSRF for any reason, whether at its own initiative or in
response to a clarification requested by a prospective Bidder modify the Bidding
Document by amendment. The amendment will be notified on the web-site
www.mssrf.org or www.mea.gov.in or www.eprocure.gov.in. In order to afford prospective Bidders reasonable time to take the amendment into account in
preparing their Bids, MSSRF may, at its discretion, extend the deadline for the
submission of Bids.
11. Bidders Minimum Qualification Criteria: (To be supported with documentary evidence)
i) Bidder should be a regular manufacturer or an authorised Indian agent for the
tendered equipment. ii) An authorised Indian agent could be for (a) an imported equipment duly
authorized by the foreign principal quoting through the Indian agent (b)
Authorised Agent duly authorised by the Manufacturer for Indian origin
equipment. iii) Experience: (a) Those bidders who are regular manufacturers of the tendered
item should provide documentary evidence in support of their experience in
the form of past purchase orders and their successful completion certificates
for the tendered item. The purchase orders and successful completion
http://www.hsccltd.com/http://www.mea.gov.in/http://www.eprocure.gov.in/
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
5
certificates should be in the name of the bidders in any of the past 5 years
(2008-2013) clearly mentioning that the bidder has satisfactorily executed
supply, installation and commissioning of the tendered equipment. The bidders
shall furnish “End User Certificates” indicating contact details i.e. name of
person, phone/fax/mobile nos. etc where the equipment is installed. End User
Certificates/Client Certificates submitted by the bidder along with the bid shall
be subject to verification. (b) Those bidders who are authorized agents of the regular manufacturers of the tendered item should provide documentary
evidence in support of experience in the form of past purchase orders and
their successful completion certificates for the tendered item. The purchase
orders and successful completion certificates should be either in the name of
the bidding agent or in the name of the Principal/ manufacturer in any of the
past 5 years (2008-2013) clearly mentioning that the bidder or its Principal has
satisfactorily executed supply, installation and commissioning of the tendered
equipment. The bidding agent shall furnish an undertaking/ authorization from
the Principal/ Manufacturer for participating in this tender clearly mentioning
that all necessary support for installation and commissioning of the tendered
equipment shall be provided by the Principal to the bidding agent. The bidders
shall furnish “End User Certificates” indicating contact details i.e. name of
person, phone/fax/mobile nos. etc where the equipment is installed. End User
Certificates/Client Certificates submitted by the bidder along with the bid shall
be subject to verification.
iv) The Bidder should submit audited balance sheet and Profit & Loss Account
along with auditor’s report for the last 3 years (2010-2011, 2011 – 2012 and
2012-2013) duly signed and stamped by the Chartered Accountant with their
membership number to enable the purchaser to assess the financial capability
of the bidder or positive net worth of the bidder.
12. (a) The bidders are required to furnish the Permanent Account Number (PAN) allotted by the Income Tax Department.
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
6
(b) If registered with DGS & D and the National Small Industries Corporation, the registration number, purpose of registration and the validity period of registration etc., should also be provided in Technical Bid along with a copy of registration.
(c) Certificates of Income Tax Return & Sales Tax clearance valid for the current year should be attached.
(d) Bid evaluation will be made on the basis of total "All inclusive lump sum price" to be offered for the tendered item. Any partial/ incomplete offer for the tendered item shall be rejected.
13. a) Tenders not accompanied with requisite tender fees, Demand Draft or Bank
guarantee towards “Earnest Money Deposit” will summarily be rejected. b) Tenders which are submitted without following the Two-Bid offer system will
summarily be rejected. c) Unsigned Tenders will also be rejected. 14. Bid Form: To be submitted by all bidders as per format enclosed. In case Bid Form
is not submitted by the Bidder as per format, their bid shall be liable for rejection.
15. MSSRF will not be responsible for (a) delayed / late bids submitted / sent by Post/
Courier etc ., (b) submission/ delivery of bids at wrong places other than the office of the M.S. Swaminathan Research Foundation, 3rd Cross Road, Institutional Area, Taramani, Chennai 600113.
16. The Earnest Money of successful bidder will be returned only after the expiry of
warranty period and satisfactory performance as per the terms of our purchase order. The Earnest Money of unsuccessful bidder whose technical bid has not been found suitable by us will be returned accordingly. Bidders who have paid the Bid Document Fee & EMD/ Bid Security are only eligible to quote.
17. Supply of tendered item in this NIT means “Supply, transportation, Installation,
Commissioning and Satisfactory demonstration of the whole system and training of technicians for fifteen (15) days”. Bidder’s offer should be on a “Turn
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
7
Key” basis which should include all costs associated with the supply, installation and commissioning of the equipment besides training.
18. The item should be supplied with manuals including technical drawings. It should be
complete in all respects to operate the machine without any problem.
19. The shed requirements (industrial type to satisfy factory/ labour and other statutory rules) with machinery layout depending on the dimension of the machinery/ elevator etc., should be
supplied along with the Technical bid.
20. Bidders must take into consideration in its bid, costs to be incurred for any
additional work pertaining to civil, electrical, plumbing, sanitary, furniture, servo
stabilizers, U.P.S. etc. required for successful installation testing and commissioning
of the system and the “All inclusive lump sum price” should include all such costs
and suppliers to execute the order on a “Turn Key basis” including all civil (erection), electrical & allied requirement for the equipment, at the site.
21. Every effort has been made to put forth general specifications in this bid documents.
If inadvertently, any of the specification drawn happens to match with the
specifications of any one particular firm’s product only, in respect of critical
parameters, then it will not automatically mean that this particular firm’s offer is only
technically suitable. In general, the specifications offered by other firms will be
assessed in their own entirety to ascertain whether or not the broad functions in
general expected of the equipment are available with reasonable tolerance on the
desired requirements of the purchaser and accordingly the offers would be
considered based on prudent assessment of the purchaser. 22. Bid Price: The Price bid for the tendered item to commensurate with scope of
supply indicated in the tender and should indicate all inclusive lump sum price
offered for the tendered item including cost of the stores, freight, insurance, transit
cum erection insurance, packing, forwarding, VAT, Excise duty,
Inspection/Inspection certificate charges (ISO certified inspection agencies), road
permit costs etc. and including charges whatsoever applicable, for equipment
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
8
delivery, installation and commissioning at the designated consignee place with all
the men and material required for the same and including charges, for two years
comprehensive warranty service with spares with downtime not more than 1 week.
The all inclusive lump sum price should be on CIP destination Yezin, Nay Pyi Taw, Myanmar for the above and inclusive of all charges stated herein above. The all inclusive lump sum price needs to be accompanied by a statement indicating a clear “break up” of all inclusive lump sum price of its various components constituting it along with values/amount indicated against each of such components adding to arrive at all inclusive lump sum price. The prices are to be kept valid for acceptance up to 180 days from the date of the
opening of bids. No other charges in addition will be payable on any account over
and above the lump sum price quoted. The prices should be given both in figures
and words. Offers with price variation clause will not be accepted, the rates quoted
in ambiguous terms such as “freight on actual basis” or “taxes as applicable extra”
or “packing forwarding extra” will render the bid liable for rejection. VAT, whichever
applicable will be incorporated in the above all inclusive lump sum price. Government of Myanmar shall be responsible for the custom clearance of the equipment mentioned in the bid and after the clearance the same will be handed over to supplier for
further delivery and installation at designated site. Bidders in their own interest shall
ascertain the eligibility of whatsoever concessions and exemptions eligible and
applicable and shall advice the purchaser and quote accordingly.
22.2 Offer for Import Origin Goods: Offers for Import origin goods shall clearly indicate firm, "All inclusive lump sum price" and giving its break up of as FOB (Free on
Board), Insurance, CIP (Carriage and Insurance paid to, named place of destination), examination, stamp duty, local transportation and Insurance etc. and
all other charges for services to be rendered as explained under offer for Indigenous
goods. Customs handling & clearance will be the responsibility of Government of Myanmar.
22.3 The purchaser will evaluate Bids based on all inclusive lump sum prices quoted for
the tendered item. Any variation in the Statutory Levies / Taxes/ Duties/ Cess or any
new Levies/ Taxes/ Duties/ Cess on end product shall be payable at actual by
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
9
providing documentary evidence of the prevailing rate quoted at the date of
submission of bid and changes at the time of actual supplies (within stipulated
delivery period) is furnished.
22.4 The bidder shall bear all taxes / duties/ incidental charges for the parts replaced or
supplied during the Warranty period.
22.5 The price bid should be only in Indian Rupees. 23. The bidder who submits the tender on behalf of their principals should produce
documentary evidence in support of their authority to quote or submit proforma invoice of their principals.
24. MSSRF will not provide any accommodation/ transportation for the Engineers/
Representatives for attending Installation, Commissioning and Demonstration. It is the absolute responsibility of the Supplier to make own arrangements. The bidder may take into account this aspect while preparing the bid and quoting the prices.
25. The bidders shall sign all the Terms and Conditions of the tender document in each page in
token of accepting the conditions and enclose with the bid.
26. Local Conditions: It will be imperative on each Bidder to fully acquaint himself of
all the local conditions and factors that would have any effect on the performance of
the contract and cost of the Goods. The Purchaser shall not entertain any request
for clarifications from the Bidder regarding such local conditions. No request for the
change of price, or time schedule of delivery of Goods shall be entertained after the
Purchaser accepts the Bid.
27. The technical bids will be opened on the specified due date in the presence of
bidders who wish to be present & the commercial/ price bids of only those bidders
will be opened whose technical bid is found responsive. Bidders or their authorized
agents who wish to be present at the time of opening of tenders should bring and
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
10
submit their authorization letter to the Executive Director, M.S. Swaminathan
Research Foundation, Chennai 600113.
28. The Date and Time of opening for Commercial/ Price Bid will be intimated only to the techno-commercially qualified bidders for the tendered item at a later date.
29. The acceptance of the tender/ offer will rest with the purchaser, M.S. Swaminathan Research Foundation, Chennai, India who does not bind himself to accept the lowest quotations received or to waive of any condition without assigning any reason thereof.
30. Preliminary Examination: The Purchaser will examine the Bids to determine
whether they are complete, whether any computational errors have been made,
whether required sureties have been furnished, whether the documents have been
properly signed, stamped and whether the Bids are generally in order.
30.2 Arithmetical errors will be rectified on the following basis: - If there is a discrepancy
between the unit price and the total price that is obtained by multiplying the unit
price and quantity, the unit price shall prevail and the total price shall be corrected
(unless in the opinion of the purchaser there is an obvious error in the unit rate, in
which case the total price against item would prevail and unit rate shall be corrected
accordingly). If the supplier does not accept the correction of the errors, its Bid will
be rejected. If there is a discrepancy between words and figures, the amount in
words will prevail.
30.3 The Purchaser may waive any minor informality or non-conformity or irregularity in a
bid, which does not constitute a material deviation, provided such a waiver does not
prejudice or alter the relative ranking of any Bidder.
30.4 Prior to the detailed evaluation, the Purchaser will determine the substantial
responsiveness of each bid to the bidding documents. For purposes of these
Clauses, a substantially responsive bid is one which conforms to all the terms and
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
11
conditions of the bidding documents without material deviations. Without prejudice
to the generality of the foregoing deviations from or objections or reservations to
critical provisions such as those concerning Performance Security, Warranty, Force
Majeure, Applicable law and Taxes & Duties will be deemed to be a material
deviation. The Purchaser's determination of a bid's responsiveness is to be based
on the contents of the bid itself.
The bid form as per the format signed by the bidder shall supersede deviation(s) mentioned in other part of the bid if any.
30.5 If a bid is not substantially responsive, it will be rejected by the purchaser and not
considered further.
31. The Purchaser will evaluate and compare the Bids on the basis of techno-
commercial evaluations followed by price bid evaluation. 32. No Bidder shall contact the Purchaser on any matter relating to its Bid from the time
of the Bid opening to the time the contract is awarded.
32.2 Any effort by a Bidder to influence the Purchaser in the Purchaser's bid evaluation,
Bid comparison or contract award decisions may result in the rejection of the
Bidder's Bid.
33. Contract Award Criteria: The Purchaser will award the contract to the successful Bidder whose Bid has been determined to be techno commercially responsive,
acceptable and lowest, provided further that the Bidder is determined to be qualified
to perform the contract satisfactorily.
34. The Purchaser reserves the right to accept or reject any Bid and annul the Bidding
process and reject all Bids at any time prior to award of contract, without thereby
incurring any liability to the affected Bidder or Bidders or any obligation to inform the
affected Bidder or Bidders on the grounds of the purchaser's action. The purchaser
is not bound to accept the lowest or any bid.
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
12
35. Performance Security: Within 10 days of the date of Purchase Order the Successful Bidder shall furnish the Performance Security/Security Deposit for 10%
of the contract price in the form of a Demand Draft/ Bank Guarantee from a Nationalised/Scheduled bank drawn in favour of MSSRF payable at Chennai.
35.2 Failure of the successful Bidder to furnish requisite Performance Security shall
constitute sufficient grounds for the annulment of the award and the Contract and
forfeiture of the Bid Security, and in such event the Purchaser may go for re-
tendering.
36. Delivery Period: As the time is the essence of the contract to be finalized, delivery period mentioned in our Purchase order should be strictly adhered to. Otherwise,
the EMD deposited will be forfeited. Delivery and Installation of the Goods at the site
shall be made by the Supplier within four months from the date of placement of purchase order. All the necessary spare parts and tools required for installation and
commissioning of the tendered item will have to be supplied along with the tendered
item.
37. Delays in the Supplier’s Performance: The time and the date specified in the Contract for the delivery and installation, commissioning & training of the Goods
shall be deemed to be the essence of the Contract.
37.2 Delivery, installation and commissioning & training of the Goods and performance of
Services shall be made by the Supplier in accordance with the time schedule
specified by the Purchaser.
37.3 An unexcused delay by the Supplier in the performance of its delivery, installation&
commissioning Training obligations and performance of Services shall render the
Supplier liable to any or all of the following sanctions, forfeiture of its Performance
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
13
Security, imposition of liquidated damages and/or termination of the Contract for
default.
37.4 If at any time during performance of the Contract, the Supplier or its sub-Supplier (s)
should encounter conditions impending timely delivery of the Goods and
performance of the Services, the Supplier shall promptly notify the Purchaser in
writing of the fact of the delay, its likely duration and its cause(s). As soon as
practicable after receipt of the Supplier's notice the Purchaser shall evaluate the
situation and may at his discretion extend the supplier's time for performance by
such period as the purchaser may think fit and shall in the case of Force Majeure
extend such time by such period as the Purchaser shall consider fair and
reasonable.
38. Liquidated Damages: If the Supplier fails to deliver, install and commission & impart training for any or all of the Goods or perform the Services within the time
period(s) specified in the Contract and during the warranty period, the Purchaser
shall, without prejudice to its other remedies under the Contract, deduct from the
Contract price, as Liquidated Damages, a sum equivalent to 1.0% of the price of the
delayed Goods or unperformed Services for each week of delay until actual delivery
or performance, up to a maximum deduction of 10% of the value of the delayed
portion of work.
39. Warranty (For Equipment, Accessories, Software & Hardware): The supplier warrants that the Goods supplied under this Contract are new, unused, of the most
recent of current models and incorporate all recent improvements in design and
materials both in Hardware and Software, unless otherwise provided in the Contract. The supplier further warrants that the Goods supplied under this Contract
shall have no defect arising from design, materials or workmanship or from any act
or omission of the Supplier that may develop under normal use of the supplied
Goods.
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
14
39.2 This warranty shall remain valid (subject to clause 21.4) for 24 months after the Goods have been satisfactorily installed & commissioned as duly certified by the
appropriate authority. The comprehensive Warranty shall include free services and
free provision of spares. It shall be the responsibility of supplier (or their principal) to
ensure all consumables/reagents/necessary spares are available continuously
without interruption.
39.3 The Purchaser shall promptly notify the supplier in writing of any claim arising under
this warranty.
39.4 Upon receipt of such notice, the supplier shall, with all reasonable speed, repair or
replace the defective Goods or parts thereof, free of cost at the site. The Supplier
shall take the replaced parts/goods at the time of their replacement. No claim
whatsoever shall lie on the purchaser for the replaced parts thereafter. The warranty
period will stand extended accordingly. The supplier shall ensure a minimum uptime
guarantee of 95% for the equipment.
39.5 If the Supplier having been notified fails to remedy the defect (s) within a reasonable
period, the purchaser may proceed to take such remedial action as may be
necessary, at the Supplier’s risk and expense and without prejudice to any other
rights which the Purchaser may have against the Supplier under the Contract or in
Law.
39.6 The Purchaser reserves the right to reject any set of equipment found defective
within 30 days after the date of acceptance of equipment. The cost towards
replacement will have to be borne by the supplier.
40. Details of onsite warranty: Details of agency who shall maintain the machinery during warranty and during subsequent two years on Annual Maintenance Contract/ Comprehensive Service Maintenance Contract beyond warranty shall be given in the offer by the bidder.
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
15
41. Payment Terms: The payment under the contract for the supply of the tendered item will be made as follows:
a. Payment of 20% of the purchase order value will be made along with the firm order against a matching Bank Guarantee;
b. Payment of 30% of the purchase order value will be made on dispatch of equipments against production of shipment documents
c. Payment of 40% of the purchase order value will be made after the satisfactory supply, erection and commissioning of the tendered item on certification by Project Monitoring Committee comprising members from MEA (DPA/ IFD).
d. Payment of the 10% of the purchase order value including the performance security will be released only after the completion of the warranty period.
41.2 The supplier will furnish following documents at the time of submission of claim for
payment to MSSRF, Chennai: 1) Country of Origin Certificate
2) Quality & Quantity Certificate
3) Packing List
4) Internal Factory Inspection Report
5) Warranty Certificate
6) Copy of Airway Bill/Bill of Lading (in case of imported goods)
7) Copy of Bill of Entry (in case of imported goods)
8) Invoice
9) Consignee Receipt Certificate
42. The successful bidders are required to sign in the warranty form before receiving
20% payment.
43. Goods should not be dispatched until a firm purchase order is received by the
supplier.
44. All disputes are subject to exclusive jurisdiction of Competent Court and Forum in
Chennai, India only.
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
16
45. Force Majeure: Notwithstanding other provisions/ Clauses of the bid, the Supplier shall not be liable for forfeiture of its Performance Security, liquidated damages or
termination for default if and to the extent that it’s delay in performance or other
failure to perform its obligations under the Contract is the result of an event of
Force Majeure.
45.2 For purposes of this clause, "Force Majeure" means an event beyond the control
of the Supplier and not involving the Supplier's fault of negligence and not
foreseeable. Such events may include but are not restricted to, acts of the
Purchaser either in its sovereign or contractual capacity, wars or revolutions, fires,
floods, epidemics, quarantine restrictions and freight embargos.
45.3 If a Force Majeure situation arises, the supplier shall promptly notify the purchaser
in writing of such conditions and the cause thereof. Unless otherwise directed by
the purchaser in writing, the supplier shall continue to perform its obligations under
the contract as far as reasonably practical, and shall seek all reasonable
alternative means for performance not prevented by the Force Majeure event.
45.4 In case of Force Majeure event the purchaser is unable to fulfill its contractual
commitment and responsibility, the purchaser will notify the supplier accordingly
and subsequent actions taken on similar lines described in above sub-paragraphs.
In such event, supplier shall not raise any claim against the Purchaser.
46. Insurance: The Goods supplied under the contract shall be fully insured including transit insurance against various risks as required or approved by the Purchaser
arising out of transportation, storage, delivery, erection, installation, testing and
commissioning at his cost up to delivery and installation at site. Insurance policy
shall be valid up to date of Installation and commissioning of equipment. Proof of
Insurance shall be made available before issuance of dispatch clearance.
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
17
46.2 For delivery of goods at site, the insurance shall be obtained by the supplier in an
amount equal to 110% of the value of the goods from "Ware house to ware house"
{final destination( designated consignee place)} on "all risks” basis including war,
risks, strikes, erection, storage etc. In any event the Goods are at the suppliers risk
until delivery, Installation & Commissioning at designated consignee place. The
claimant of the insurance shall be MSSRF, Chennai.
47. Arbitration: If a dispute arises out of or in connection with the contract entered into under this tender, or in respect of any defined legal relationship associated
therewith or derived there from, the parties will agree to submit that dispute to
arbitration under the ICADR Arbitration Rules, 1996. The number of Arbitrators
shall be three. Both parties will appoint one Arbitrator each. The third Arbitrator, as
the presiding Arbitrator will be appointed by both the parties on mutual consent from
the ICADR panel of Arbitrators. The International Centre for Alternative Dispute
Resolution will provide administrative services in accordance with the ICADR
Arbitration Rules, 1996.
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
18
FORMATS
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
19
BID FORM
To: The Executive Director, M S Swaminathan Research Foundation, Chennai-600 113 NIT Ref. No: ………………………………. Having examined the Bidding Documents including Addenda Nos., if any issued _______________, the receipt of which is duly acknowledged, we, the undersigned, offer to supply and deliver………………………………………… (Description of Goods and Services) in conformity with said bidding documents. We, undertake, if our bid is accepted, to deliver the goods in accordance with the delivery and Installation schedule specified in the aforesaid bid document. If our bid is accepted, we will submit performance security in a sum of equivalent to 10% of the Contract Price for the due performance of the contract. We agree to abide by this bid for a period of 180 (one hundred eighty) days after the date fixed for bid opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid together with your written acceptance thereof shall constitute a binding contract between us. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”. We confirm that stipulated Bid Security is enclosed herewith as a part of bid. We understand that you are not bound to accept the lowest or any bid you may receive. We accept all your terms and conditions stipulated in this bid document without deviations, both technical & techno-commercial. Dated this………………………………….Day of………………………… 2014……………… (Signature) (In the capacity of) Duly authorised to sign Bid for and on behalf of ____________________ Signed
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
PRICE SCHEDULE A) PRICE SCHEDULE FOR DOMESTIC GOODS OR GOODS OF FOREIGN ORIGIN LOCATED IN INDIA
1 2 3 4 5 6 Schedule Brief
Description of Goods
Country of Origin
Qty. (No.)
Ex-factory/ Ex-Warehouse/ Ex-Showroom/ Off the Shelf
Excise Duty (if any) – In % or value
Sales Tax/ VAT/ CENTVAT (if any) – In % or value
Packing & Forwarding charges
Inland Transportation, Insurance, Loading/ unloading,, Incidental Costs till Consignee’s Site
Incidental Services (including Insurance, Installation & Commissioning Supervision, Demonstration & Training) at Consignee’s Site
Total Unit Price (Rs.) =a+b+c+d+e+f
Total Price (Rs.) 4x5(g)
5(a) 5(b) 5(c) 5(d) 5(e) 5(f) 5(g)
Total Tender Price in Rupees:...................................................................................... In words:........................................................................................................................ Note: 1. If there is a discrepancy between unit price & total price, THE UNIT PRICE shall prevail. 2. The bidder will be fully responsible for the safe arrival of the goods at destination (consignee’s site) in good condition.
Signature of the Bidder:................ Name:................ Business Address:................. Seal of Bidder:................
Date & Place:...........................................
Signature of Bidder
20
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
21
PRICE SCHEDULE
B) PRICE SCHEDULE FOR GOODS TO BE IMPORTED FROM ABROAD 1 2 3 4 5 6
Price Per Unit Item Brief
description of goods
Country of Origin
Qty (Nos)
FOB Price at port/ airport of Loading
CIP Price at port/ airport
Inland Transportation, Insurance, loading/ unloading and incidental cost till consignee’s site
Incidental Services (including Insurance, Installation & Commissioning, Supervision, Demonstration and Training) at the Consignee’s site
Total Unit Price = a+b+c+d+e+f
Total Price
5(a) 5(b) 5(e) 5(f) 5(g) 4x5(g) Total Tender Price:_________________________________________________________________________________________ In Words: __________________________________________________________ Note: -
1. If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail. 2. The Bidder will be fully responsible for the safe arrival of the goods at destination (consignee site) in good condition.
Signature of Bidder _______________________
Name _______________________ Business Address _______________________
Seal of the Bidder _______________________ Place: _________________________ Date: _________________________
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
BID SECURITY FORM
Whereas ........................... (hereinafter called “the Bidder”) has submitted its bid dated ...................... (date of submission of bid) for the supply of ................................. (name and/or description of the goods) (hereinafter called “the Bid”). KNOW ALL PEOPLE by these presents that WE ..................... (name of bank) of .................. (name of country), having our registered office at .................. (address of bank) (hereinafter called “the Bank”), are bound unto MSSRF, Chennai (name of Purchaser) (hereinafter called “the Purchaser”) in the sum of _______________________ for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors. Sealed with the Common Seal of the said Bank this ____ day of _________ 20___. THE CONDITIONS of this obligation are: 1. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form; or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity: (a) fails or refuses to execute the Contract Form if required; or (b) fails or refuses to furnish the performance security, in accordance with the Instruction to Bidders;
We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including forty five (45) days after the period of the bid validity, and any demand in respect thereof should reach the Bank not later than the above Date: (Signature of the Bank) _______________________________
Name of Bidder
Signature of Bidder
22
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
PERFORMANCE SECURITY FORM
To: The Executive Director, M S Swaminathan Research Foundation, Chennai NIT Ref. No: ……………………………….
WHEREAS................................................................... (Name of Supplier) hereinafter called "the Supplier" has undertaken , in pursuance of Contract (Purchase order) No.................dated,...........to Supply..........................................................(Description of Goods and Services) hereinafter called "the Contract". AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with the Supplier's performance obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Supplier a Guarantee: THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of................................... ........................................ (Amount of the Guarantee in Words and Figures) and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limit of ................................ (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the ........day of...................20…… Signature and Seal of Guarantors ………………………………………….. ………………………………………….. ………………………………………….. Date.....................20……. Address : ………………………………. ………………………………………......
Signature of Bidder
23
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
SPECIFICATIONS For
ULTRA -MODERN RICE MILL (2 Metric Tonnes/hour) along with Colour
Sorter (2 MT/hr) and packaging machine (Now for raw rice milling; subsequently for parboiled rice milling also)
(ON TURN KEY BASIS)
[This Milling Unit is not for commercial purpose. It is only for training the Processors and Producers and
for Demonstrating the utilization of products and byproducts for preparing value added products. Hence
utmost care should be bestowed for precision of the machines]
The specification for the mill is as follows:
1. Pneumatic Rubber Roll Sheller with all accessories including compressor, tank,
connecting pipes or tubes to the sheller, Mist- Particle remover (silky polisher),
weighing machine etc., .
2. Ordinary Rubber roll sheller of one tonne capacity exclusively for return paddy with accessories.
3. Husk separator with dynamically balanced blower for both the shellers with special
venturi to the husk room with the required capacity blower. The husk room is about
50 feet only from the mill platform.
4. Paddy/ brown rice separator (Tray Separator); Unshelled paddy should be
conveyed to item (2) above.
5. SEPARATION SYSTEM for segregating BROWN RICE BROKEN and conveying
to A SEPARATE BIN. Brown rice broken should not go along with whole brown
rice to whitener. There should be a diverter for allowing brown rice broken also
along with whole brown rice for whitening in case if desired.
6. Magnets; for removing metallic particles for preventing their flow to whiteners.
7. Rice Whiteners Four numbers: Since the present requirement is for raw rice milling, four whiteners are considered.
Signature of Bidder
24
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
8. Thick/Thin Grader; for removing thick and thin milled grains. In case if the
customer is not willing for the separation of thick and thin kernels bypass
arrangement is to be provided
9. Mist- Particle remover; This is indented for puffing of milled rice and broken. Not
more than 0.5 % powdery material should be removed at this stage. Required
compressor and other accessories except water tank are in the scope of the
supplier
10. Broken Separator: 3/4th and ½ and 1/4th size broken should be separated and
collected in separate bins. If the customer does not want broken separation bypass
arrangement should be provided.
11. Bran separating cyclones/blowers; arrangements to be made for collecting the first
whitener bran separately; 2nd, 3rd and 4th whitener bran separately through S.S.
ducts and cyclones for utilizing these bran for various value added products.
Hence the ducts and cyclone, blowers, air-lock and the whitening chambers should
be fabricated and assembled in such a way for removing them for cleaning once in
two hours for any sticky particles.
12. One Colour sorter for both broken brown rice or whole brown rice or milled rice
with all accessories like compressor, filter, cabin ,motor, elevators, chutes, air-
conditioner etc., to be provided . Arrangement should be made for bypassing the
colour sorter.
13. Bagging machine; Automatic bagging machine ; 5, 10, 25, 50 ,75 kg with a HMI
interface, auto-clamping spout and foot pedal switch, control panel,provision for
compressed air etc.,
14. Conveying equipments; elevators, belt conveyors etc., as per standards and
requirements. Each elevator should have independent hoppers for partial
processing if required
15. Platform for Elevators: rigid Type. Elevator pits; Above the ground level
Signature of Bidder
25
NIT No. MSSRF/Rice Bio-Park (2) 17-10-2014
Signature of Bidder
26
16. Electrical control panel MCC + Control Panel—PLC based controller with mimic
etc., details to be provided
17. Necessary intake hopper with gate, Spouting accessories, conveying elements,
aspiration Accessories, water and compressed air line, Structure for floor, elevator,
staircase and hand rail(two, one on opposite side), tip separator, necessary hard
ware etc.,
18. Painting: As per standard- to be described.
19. Foundation Details to be provided; bolts, Base Plates etc.,
20. Building to house the mill: A rough sketch with side roof, central height, length, breadth, ventilation etc., may also be provided in the technical bid itself.
21. Cleaning Section: The paddy received from farmers should thoroughly be cleaned
to remove all particles including stones of the same size of paddy. The screen of
cleaner should take mono-layer or two layers of paddy only. Necessary
accessories including dump pit, elevator etc., to cleaned paddy bins (to be
provided). Dump pit above the ground-level
BID FORM