36
Tele:+ 91 - 11 -23386873 Fax:+91-11-23385820 E mail : dte-log@ ind iancoastg uard. nic. in Reply should be addressed to the Director General Quoting : CGHQffE/CL/586 1 12016-17 REGISTERED Coast Guard Headquafters National Stadium Complex New Delhi - 1 100 01 ZJ Jun 16 INVITATION OF BIDS FOR SUPPLY OF BOOT ANKLE BLACK RFP NO. CGHQ/TE/CL/5861/2016.17 DATED 24 JUN 16 Sir, 1. Bids in sealed cover are invited for supply of items listed in Part ll of this RFP. Please super scribe the above mentioned Title, RFP number and date of opening of the Bids on the sealed cover to avoid the Bid being declared invalid. 2. The address and contact numbers for sending bids or seeking clarifications regarding this RFP are given below The Director General (For Principal Director Logistics) Coast Guard Headquarters National Stadium Complex, New Delhi-1 10001 Dy. Director (Log-NS) Tele: 011-23381345, Fax: 01 1-23385820 Email : pdlog@indiancoastguard. nic. in dte-log@i nd iancoastguard. nic. in 3. This RFP is divided into five Parts as follows: (a) Part I - Contains General lnformation and lnstructions for the Bidders about the RFP such as the time, place of submission and opening of tenders, Validity period of tenders, etc. (b) Part ll - Contains essential details of the items/services required, such as the Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of Delivery and Consignee details. (c) Parl lll - Contains Standard Conditions of RFP, which will form part of the Contract with the successful Bidder. (d) Part lV - Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful Bidder. (e) Part V - Contains Evaluation Criteria and Format for Price Bids. 4. This RFP is being issued with no financial commitment and the Buyer reserves the right to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFP, should it become necessary at any stage. 5. You are requested to comply with all the terms and condition mentioned in the RFP and certificate in this regard is to be endorsed on the quote submitted by your firm. Relaxationideviation of terms/conditions if any, should be clearly brought out for consideration, however acceptance of same will solely be at discretion of Coast Guard. 6. EMD or valid registration certification required for exemption of EMD should be kept in separate envelop (not in the envelop that contain Commercial/Price bid). In the absence of EMD/valid registration certificate, the price bid will be rejected. andant(JG) Dy Director (Log-NS) for Director General Yours Encl: As stated PLEASE SUPERSCRIBE OUR RFP REF NO- AND TENDER OPENING DATE ON THE ENVELOP Page i oflS

ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

  • Upload
    hadiep

  • View
    217

  • Download
    3

Embed Size (px)

Citation preview

Page 1: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

Tele:+ 91 - 11 -23386873Fax:+91-11-23385820E mail :

dte-log@ ind iancoastg uard. nic. in

Reply should be addressedto the Director General

Quoting : CGHQffE/CL/586 1 12016-17

REGISTEREDCoast Guard HeadquaftersNational Stadium ComplexNew Delhi - 1 100 01

ZJ Jun 16

INVITATION OF BIDS FOR SUPPLY OF BOOT ANKLE BLACKRFP NO. CGHQ/TE/CL/5861/2016.17 DATED 24 JUN 16

Sir,

1. Bids in sealed cover are invited for supply of items listed in Part ll of this RFP. Pleasesuper scribe the above mentioned Title, RFP number and date of opening of the Bids on thesealed cover to avoid the Bid being declared invalid.

2. The address and contact numbers for sending bids or seeking clarifications regarding thisRFP are given below

The Director General(For Principal Director Logistics)Coast Guard HeadquartersNational Stadium Complex, New Delhi-1 10001Dy. Director (Log-NS)Tele: 011-23381345, Fax: 01 1-23385820Email : pdlog@indiancoastguard. nic. in

dte-log@i nd iancoastguard. nic. in

3. This RFP is divided into five Parts as follows:(a) Part I - Contains General lnformation and lnstructions for the Biddersabout the RFP such as the time, place of submission and opening of tenders, Validityperiod of tenders, etc.

(b) Part ll - Contains essential details of the items/services required, such as theSchedule of Requirements (SOR), Technical Specifications, Delivery Period,Mode of Delivery and Consignee details.

(c) Parl lll - Contains Standard Conditions of RFP, which will form part of the Contractwith the successful Bidder.

(d) Part lV - Contains Special Conditions applicable to this RFP and which will alsoform part of the contract with the successful Bidder.

(e) Part V - Contains Evaluation Criteria and Format for Price Bids.

4. This RFP is being issued with no financial commitment and the Buyer reservesthe right to change or vary any part thereof at any stage. Buyer also reserves the right towithdraw the RFP, should it become necessary at any stage.

5. You are requested to comply with all the terms and condition mentioned in the RFP andcertificate in this regard is to be endorsed on the quote submitted by your firm.Relaxationideviation of terms/conditions if any, should be clearly brought out for consideration,however acceptance of same will solely be at discretion of Coast Guard.

6. EMD or valid registration certification required for exemption of EMD should bekept in separate envelop (not in the envelop that contain Commercial/Price bid). In theabsence of EMD/valid registration certificate, the price bid will be rejected.

andant(JG)Dy Director (Log-NS)for Director General

Yours

Encl: As statedPLEASE SUPERSCRIBE OUR RFP REF NO- AND TENDER OPENING DATE ON THE ENVELOP

Page i oflS

Page 2: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

Part | - General information

1.

The sealed Bids (both technical and Commercial, in case two bids are called for) should bedeposited/reach by the due date and time. The responsibility to ensure this lies with theBidder.

2. Sealed Bids should be either dropped in the Tender Boxmarked as Director of Loqistics or sent by registered post at the address given above so asto reach by the due date and time. Late tenders will not be considered. No responsibility willbe taken for postal delay or non-delivery/ non-receipt of Bid documents. Bids sent by FAX ore-mail will not be considered (unless they have been specifically called for by these modesdue to urgency).

3. : 1500 HRS on 03 Auq 2016

(lf due to any exigency, the due date for opening of the Bids is declared a closed holiday, theBids will be opened on the next working day at the same time or on any other day/time, asintimated by the Buyer).

4. Location of the Tender Box: At Coast GOnly those Bids that are found in the tender box will be opened. Bids dropped in the wrongTender Box will be rendered invalid.

5.The Bidders may depute their representatives, duly authorized in writing, to attend theopening of Bids on the due date and time. Rates and important commercial/technical clausesquoted by all Bidders will be read out in the presence of the representatives of all the Bidders.This event will not be postponed due to non-presence of your representative.

6. Two-Bid svstem: The case is being processed on two-bid system and, only the TechnicalBid would be opened on the time and date mentioned above. Date of opening of theCommercial Bid will be intimated after acceptance of the Technical Bids. Commercial Bids ofonly those firms will be opened, whose Technical Bids are found compliant/suitable afterTechnical evaluation is done by the Buyer. Technical bids without compliance statement asper appendix'A'will be rejected.

7. Forwardinq of Bids: Bids should be forwarded by Bidders under their original memo /letter pad inter alia furnishing details like TIN number, VAT/CST number, Bank address withEFT Account if applicable, etc and complete postal & e-mail address of their office. Copy ofPAN No, Tin No and the documents for registration of vendors with any office of MOD mayalso enclosed with the bids.

8. : A prospective bidder who requiresclarification regarding the contents of the bidding documents shall notify to the Buyer inwriting about the clarifications sought not later than 14 (fourteen) days prior to the date ofopening of the Bids. Copies of the query and clarification by the purchaser will be sent to allprospective bidders who have received the bidding documents.

9. Modification and Withdrawal of Bids: A bidder may modify or withdraw his bid aftersubmission provided that the written notice of modification or withdrawal is received by theBuyer prior to deadline prescribed for submission of bids. A withdrawal notice may be sent byfax but it should be followed by a signed confirmation copy to be sent by post and suchsigned confirmation should reach the purchaser not later than the deadline for submission ofbids. No bid shall be modified after the deadline for submission of bids. No bid may bewithdrawn in the interval between the deadline for submission of bids and expiration of theperiod of bid validity specified. Withdrawal of a bid during this period will result in Bidder'sforfeiture of bid security.

10. During evaluation and comparison of bids,the Buyer may, at its discretion, ask the bidclarification will be given in writing and no chsought, offered or permitted. No post-bid claentertained.

%Page 2 of l8

Page 3: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

%

11. Reiection of Bids: Canvassing by the Bidder in any form, unsolicited letter and post-tender correction may invoke summary rejection with forfeiture of EMD. Conditional tenderswill be rejected.

12. Unwillingness to quote: Bidders unwilling to quote should ensure that intimation to thiseffect reaches before the due date and time of opening of the Bid, failing which the defaultingBidder may be delisted for the given range of items as mentioned in this RFP.

13. Validitv of Bids: The Bids should remain valid till 180 davs from the last date ofsubmission of the Bids.

14. Earnest Monev Deposit:- Bidders are required to submit Earnest Money Deposit (EMD)for amount of t.90,000.00 (Rupees Ninety Thousand Only) in favour of "PCDA(N),Mumbai". The EMD may be submitted in the form of an Account Payee Demand Draft, FixedDeposit Receipt, Banker's Cheque or Bank Guarantee from any of the public sector banks ora private sector bank authorized to conduct government business as per Form DPM-16(Available in MoD website and can be provided on request). EMD is to remain valid for aperiod of forty-five days beyond the final bid validity period. EMD of the unsuccessful bidderswill be returned to them at the earliest after expiry of the final bid validity and latest on orbefore the 30th day after the award of the contract. The Bid Security of the successful bidderwould be returned, without any interest whatsoever, after the receipt of Performance Securityfrom them as called for in the contract. EMD is not required to be submitted by those Bidderswho are registered with the Central Purchase Organization (e.g. DGS&D), National SmallIndustries Corporation (NSIC) or any Department of MoD or MoD itself. The EMD will beforfeited if the bidder withdraws or amends, impairs or derogates from the tender in anyrespect within the validity period of their tender.

Page3ofl8

Page 4: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

Part ll - Essential Details of ltems/Services required

1. Schedule of Requirements - List of items / services required is as follows:

* To be delivered at Mumbai# To be delivered at Chennai2. Technical Details- Indian Navy Specification(Provisional) DCV/CG/NAVYl1412013 dated20 Dec 13, INCAT NO. CNCMT-PSFO011-0018. Upper leather components of boot ankleblack to be made from Patent Leather.

(a) The above specifications contains material and manufacture process of theitem. However, the overall feel/finish of the boot ankle black is also one of the criteriafor evaluation of the T-bid/Samples submitted by the firms. Participation in this tenderwould be construed as automatic acceptance of the decisions of the TEC on thismatter. With regard to feel/finish and quality of workmanship, the sample held withPD(Log)/DD(Log-NS) at CGHQ, New Delhi will be available for visual inspection uponspecific request.

3. Two-Bid Svstem - In the technical bid, Bidders are required to furnish clause by clausecompliance of specifications as perspecification, if any. In addition tosubmitting the technical bid:-

(a) No price should be indicated in the technical bid.

(b) The following documents are to form part of the technical bid

(i) Certificate of acceptance of terms and conditions of RFP on firms letter head.

(ii) OEM: The bidder should be preferably an OEM. In case bidder is not an OEM heshould be in possession of agreement ceftificate that he is authorised to participateand bid on behalf of the OEM.

(iii) Valid registration/permit of manufacturing unit issued from Ministry ofCommerce/Ministry of Industries/concerned authorities in respect of OEM if the firmsare not registered with MoD/Dept of MoD/DGS&D.

(c) Samples and Lab test report as per Appendix 'B' of Enclosure ll of RFP

(d) The Pilot samples and item to be supplied should have smooth Patent Leather andglossy finish.

4. Deliverv Period - Delivery period for supply of items would be 150 Davs from the effectivedate of contract. Please note that Contract can be cancelled unilaterally by the Buyer in caseitems are not received within the contracted delivery period. Extension of contracted deliveryperiod will be at the sole discretion of the Buyer, with applicability of LD clause. In additionduring the inspection, the consignee (on recommendation by the board of officers) mayconduct the lab test prior acceptance of the consignment. The time taken for lab testing of thesample prior acceptance by the consignee shall be included in the Delivery Period and nowaiver shall granted for the same.

5. Pilot Sample - Firms are required to be submit Six pairs of pilot samples of Boot AnkleBlack(size 8) manufactured strictly as per specified quality for inspection/approval with Lab

Pase 4 of l8

Enclosure | & ll bringing out clearly the deviations fromthe above, the following are to be strictly followed while

SL Item Part No. Qty required (in Nos) TotalQtvin(Prs)

}GSDMBr)

CGSD(GHN)

CGSD(PBD).

CGSD(Koc)

GGSD(PDP)#

RSD(PBR)

1 Boot Ankle BlackSize 6 (PF)

CNCMT-PSFOO12 0 0 0 50 0 120 170

2 Boot Ankle BlackSize 7 (PF)

CNCMT-PSFOO13 0 0 19 0 0 OU 79

Boot Ankle BlackSize 8 (PF)

CNCMT-PSFOO14 700 OU 0 100 n 300 1160

4 Boot Ankle BlackSize 9 (PF)

CNCMT-PSFOO15 856 60 U 70 5 140 1140

6 Boot Ankle BlackSize 10 (PF)

CNCMT-PSFOO16 377 70 0 0 0 0 447

o Boot Ankle BlackSize 11 (PF)

CNCMT-PSFOO17 55 15 0 0 0 U 70

Boot Ankle BlackSize 12 (PF)

CNCMT-PSFOO18 0 5 4 U n 84

TOTAL 2063 205 24* 233 5# 620 31 50

/

Page 5: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

5 are required to b oB d stricily as per s iT laboratories orquotations. The accreditation of NABL laborat awhich lab testing has been undertaken. The bids received without pilot samples and the labtest report is liable for rejection. One sample submitted may be subjected to the lab test bythe TEC/BPC Board, the charge of which shall be borne Oi the rrppli"r. In addition duringthe inspection, the consignee (on recommendation by the board of oificers) may conduct thelab test prior acceptance of the consignment. The charges towards the same shall be borneby the supplier only if found ambiguous to the appioved sample sent by CGHe (pilotsample).

6- - (,,E,' I "F" | "C" / "D" Terms). Thedefi ll be local delivery at site of consignees.

7. Consiqnee details The Officer-in-ChargeCoast Guard Store Depot (MBl)Cheetah Camp SPDC ColonyMankhurd, Mumbai - 400 071Tele: 022-25565368Fax: 022-25558171Email: cgsd-mum@indiancoastguard. nic. in

The Officer-in-ChargeCoast Guard Store Depot (CHN)G.M. Pettai Road, Royapuram,Chennai - 600 013Tele: 044-23460472Fax: 044-23460473Email: cgsd-chn@indiancoastguard. nic. in

The Officer -in-ChargeCoast Guard Store Depot (KOC)New Star Road, MattancherryKochi-682 002, KeralaTele. 0484-2218460Fax: 0484-2226187Email: cgsd-koc@indiancoastguard. nic. in

The Officer-in-ChargeRegional Store Depot (PBR),Post Box No.716Haddo Post OfficePort Balir-744 102Tele: 03192-239747Fax: 03192-233921Email: rsd-pbr@indiancoastguard. nic. in

NOTE : ITEMS FOR (I) CGSD(PBD) TO BE DELIVERED TO CGSD(MBI) AT MUMBAI

AND

(il) ccsD(pDp) To BE DELTVERED TO CGSD(CHN) AT CHENNAI

Page5ofl8

Page 6: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

Part lll - Standard Gonditions of RFP

confirmation nce of the Standard Conditions ofthe I mention ich will icallv be considered

Contract with the I Bidder in the Contrthe dosom ion of itted bv the

1. Law: The Contract shall be considered and made in accordance with the laws of theRepublic of India. The contract shall be governed by and interpreted in accordance with thelaws of the Republic of India.

2. Effective Date of the Contract: The contract shall come into effect on the date ofsignatures of both the parties on the contract (Effective Date) and shall remain valid until thecompletion of the obligations of the parties under the contract. The deliveries and suppliesand performance of the services shall commence from the effective date of the contract.

3. Arbitration: All disputes or differences arising out of or in connection with the Contractshall be settled by bilateral discussions. Any dispute, disagreement or question arising out ofor relating to the Contract or relating to construction or performance, which cannot be settledamicably, may be resolved through arbitration. The standard clause of arbitration is as perForms DPM-7.,DPM-8 and DPM-9.

4. The Seller undertakes that he has not given, offeredor promised to give, directly or indirectly, any gift, consideration, reward, commission, fees,brokerage or inducement to any person in service of the Buyer or otherwise in procuring theContracts or forbearing to do or for having done or forborne to do any act in relation to theobtaining or execution of the present Contract or any other Contract with the Government ofIndia for showing or forbearing to show favour or disfavour to any person in relation to thepresent Contract or any other Contract with the Government of India. Any breach of theaforesaid undertaking by the Seller or any one employed by him or acting on his behalf(whether with or without the knowledge of the Seller) or the commission of any offers by theSeller or anyone employed by him or acting on his behalf, as defined in Chapter lX of theIndian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enactedfor the prevention of corruption shall entitle the Buyer to cancel the contract and all or anyother contracts with the Seller and recover from the Seller the amount of any loss arising fromsuch cancellation. A decision of the Buyer or his nominee to the effect that a breach of theundertaking had been committed shall be final and binding on the Seller. Giving or offering ofany gift, bribe or inducement or any attempt at any such act on behalf of the Seller towardsany officer/employee of the Buyer or to any other person in a position to influence anyofficer/employee of the Buyer for showing any favour in relation to this or any other contract,shall render the Seller to such liability/ penalty as the Buyer may deem proper, including butnot limited to termination of the contract, imposition of penal damages, forfeiture of the BankGuarantee and refund of the amounts paid by the Buyer.

5. Aqents / Aqencv Gommission: The Seller confirms and declares to the Buyer that theSeller is the original manufacturer of the stores/provider of the services referred to in thisContract and has not engaged any individual or firm, whether Indian or foreign whatsoever, tointercede, facilitate or in any way to recommend to the Government of India or any of itsfunctionaries, whether officially or unofficially, to the award of the contract to the Seller; norhas any amount been paid, promised or intended to be paid to any such individual or firm inrespect of any such intercession, facilitation or recommendation. The Seller agrees that if it isestablished at any time to the satisfaction of the Buyer that the present declaration is in anyway incorrect or if at a later stage it is discovered by the Buyer that the Seller has engagedany such individual/firm, and paid or intended to pay any amount, gift, reward, fees,commission or consideration to such person, party, firm or institution, whether before or afterthe signing of this contract, the Seller will be liable to refund that amount to the Buyer. TheSeller will also be debarred from entering into any supply Contract with the Government ofIndia for a minimum period of five years. The Buyer will also have a right to considercancellation of the Contract either wholly or in part, without any entitlement or compensationto the Seller who shall in such an event be liable to refund all payments made by the Buyer interms of the Contract along with interest at the rate of 2o/o per annum above LIBOR rate. TheBuyer will also have the right to recover any such amount from any contracts concludedearlier with the Government of India.

6. Access to Books of Accounts: In case it is found to the satisfaction of the Buyer that theseller has engaged an Agent or paid commission or influenced any person to obtain the

Page6ofl8

Page 7: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

contract in clauses relating to Agents/Agency Commission and penalty for use of undueinfluence, the Seller, on a specific request of the Buyer, shall provide necessaryinformation/inspection of the relevant financial documents/information.

7. Non doc Except with the written consent of theprovision, specification, plan,Buyer/seller, other party shall not discrose the contract or any

deslgn, pattern, sample or information thereof to any third party.

8. Liquidated Damages: In the event of the Seller's failure to submit the Bonds in favour of"Director General Indian Coast Guard", Guarantees and Documents, supply the stores/goodsand conduct trials, installation of equipment, training, etc as specified in this contracl, theBuyer may, at his discretion, withhold any payment until the completion of the contract. TheBUYER may also deduct from the SELLER as agreed, liquidated damages to the sum of0.SYo of the contract price of the delayediundelivered stores/services mentioned above forevery week of delay or part of a week, subject to the maximum value of the LiquidatedDamages being not higher than 10o/o of the value of derayed stores.

9. Tefmination of Contract: The Buyer shall have the right to terminate this Contract in parlor in full in any of the following cases :-

(a) The delivery of the material is delayed for causes not attributable to Force Majeurefor more than (03 months) after the scheduled date of delivery.

(b) The Seller is declared bankrupt or becomes insolvent.

(c) The delivery of material is delayed due to causes of Force Majeure by more than(06 months) provided Force Majeure clause is included in contract.

(d) The Buyer has noticed that the Seller has utilised the services of anyIndian/Foreign agent in getting this contract and paid any commission to suchindividualicompany etc.

(e) As per decision of the Arbitration Tribunal.

10. Notices: Any notice required or permitted bythe contract shall be written in the Englishlanguage and may be delivered personally or may be sent by FAX or registered pre-paidmail/airmail, addressed to the last known address of the party to whom it is sent.

11. Transfer and Sub-letting: The seller has no right to give, bargain, sell, assign or subletor othenruise dispose of the contract or any part thereof, as well as to give or to let a thirdparty take benefit or advantage of the present Contract or any parl thereof.

12. The prices stated in the presentContract shall be deemed to include all amounts payable for the use of patents, copyrights,registered charges, trademarks and payments for any other industrial property rights. TheSeller shall indemnify the Buyer against all claims from a third party at any time on account ofthe infringement of any or all the rights mentioned in the previous paragraphs, whether suchclaims arise in respect of manufacture or use. The Seller shall be responsible for thecompletion of the supplies including spares, tools, technical literature and training aggregatesirrespective of the fact of infringement of the supplies, irrespective of the fact of infringementof any or all the rights mentioned above.

13. Amendments: No provision of present Contract shall be changed or modified in any way(including this provision) either in whole or in paft except by an instrument in writing madeafter the date of this Contract and signed on behalf of both the parlies and which expresslystates to amend the present Contract.

14. Taxes and Duties-

a) In respect of Foreign Bidders: Blank

%PageTofl8

Page 8: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

b) In respect of Indigenous bidders

i) General:-

1. Bidders must indicate separately the relevant Taxes/Duties likelyto be paid in connection with delivery of completed goods specified inRFP. ln absence of this, the total cost quoted by them in their bids will betaken into account in the ranking of bids.

2. lf a Bidder is exempted from payment of any duty/tax upto anyvalue of supplies from them, he should clearly state that no such duty/taxwill be charged by them up to the limit of exemption which they mayhave. lf any concession is available in regard to rate/quantum of anyDuty/tax, it should be brought out clearly. In such cases, relevantcertificate will be issued by the Buyer later to enable to the Seller toobtain exemptions from taxation authorities.

3. Any changes in levies, taxes and duties levied by CentraliState/Local governments such as excise duty, VAT, Service tax, Octroi/entrytax, etc. on final product upward as a result of any statutory variationtaking place within contract period shall be allowed reimbursement by theBuyer, to the extent of actual quantum of such duty/tax paid by the Seller.Similarly, in case of downward revision in any such duty/tax, the actualquantum of reduction of such duty/tax shall be reimbursed to the Buyerby the Seller. All such adjustments shall include all reliefs, exemptions,rebates, concession etc, if any obtained by the Seller. Section 64 A ofSales of Goods Act will be relevant in this situation.

4. Levies, taxes and duties levied by Central/State/Localgovernments such as excise duty, VAT, Service tax, Octroi/entry tax, etcon final product will be paid by the buyer on actual, based on relevantdocumentary evidence. Taxes and duties on input items will not be paidby Buyer and they may not be indicated separately in the bids. Biddersare required to include the same in the pricing of their product.

ii) Customs Dutv : Blank

iii) Excise Dutv:- Excise duty exemption certificate will be provided withfirm supply order.

1. Where the excise duty is payable on advalorem basis, the Biddershould submit along with the tender, the relevant form and theManufacturer's price list showing the actual assessable value of thestores as approved by the Excise authorities.

2. Bidders should note that in case any refund of excise duty is granted tothem by Excise authorities in respect of Stores supplied under thecontract, they will pass on the credit to the Buyer immediately along witha ceftificate that the credit so passed on relates to the Excise Duty,originally paid for the stores supplied under the contract. In case of theirfailure to do so, within 10 days of the issue of the excise duty refundorders to them by the Excise Authorities the Buyer would be empoweredto deduct a sum equivalent to the amount refunded by the ExciseAuthorities without any further reference to them from any of theiroutstanding bills against the contract or any other pending GovernmentContract and that no disputes on this account would be raised by them.

3. The Seller is also required to furnish to the Paying Authority thefol lowing certificates:

(a) Certificate with each bill to the effect that no refund has been obtainedin respect of the reimbursement of excise duty made to the Sellerduring three months immediately preceding the date of the claimcovered by the relevant bill.

%Page8ofl8

Page 9: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

(b) Certificate as to whether refunds have been obtained or applied for bythem or not in the preceding financial year after the annual Audit oftheir accounts also indicating details of such refunds/applications, ifany.

(c) A certificate along with the final payment bills of the Seller to the effectwhether or not they have any pending appeal/protest for refund orpartial refund of excise duties already reimbursed to the Seller by theGovernment pending with the Excise authorities and if so, the nature,the amount involved, and the position of such appeals.

(d) An undertaking to the effect that in case it is detected by theGovernment that any refund from Excise Authority was obtained bythe Seller after obtaining reimbursement from the Paying Authority,and if the same is not immediately refunded by the Seller to thePaying Authority giving details and particulars of the transactions,Paying Authority will have full authority to recover such amounts fromthe Seller's outstanding bills against that particular contract or anyother pending Government contracts and that no dispute on thisaccount would be raised by the Seller.

4. Unless otherwise specifically agreed to in terms of the contract, theBuyer shall not be liable for any claim on account of fresh impositionand/or increase of Excise Duty on raw materials and/or components useddirectly in the manufacture of the contracted stores taking place duringthe pendency of the contract.

iv) Sales Tax / VAT:-

1. lf it is desired by the Seller to ask for Sales tax / VAT to be paid as extra,the same must be specifically stated. In the absence of any suchstipulation in the bid, it will be presumed that the prices quoted by theBidder are inclusive of sales tax and no liability of sales tax will be devolveupon the Buyer.

2. On the Bids quoting sales tax extra, the rate and the nature of Sales Taxapplicable at the time of supply should be shown separately. Sales tax willbe paid to the Seller at the rate at which it is liable to be assessed or hasactually been assessed provided the transaction of sale is legally liable tosales tax and the same is payable as per the terms of the Supply Order.

3. Sales TaxA/alue Added Tax, if legally levied and actually paid, will be paidextra. In case, Sales TaxA/AT is claimed by the Supplier, they arerequested to furnish the following Certificate under their signature in theirrelevant bills for Sales TaxA/AT :-

"Certified that the goods on which the Sales TaxA/AT has been chargedhave not been exempted under Sales Tax Act or the Rules madethereunder and the charges on account of Sales TaxA/AT on these goodsare correct under the provisions of the Act or Rules made thereunder".

v) Octroi Dutv & Local Taxes:- Octroi exemption certificate will beprovided with firm supply order.

1. Normally, materials to be supplied to Government Departments againstGovernment Contracts are exempted from levy of town duty, Octroi Duty,Terminal Tax and other levies of local bodies. The local Town/MunicipalBody regulations at times, however, provide for such Exemption only onproduction of such exemption certificate from any authorised officer. Sellershould ensure that stores ordered against contracts placed by this officeare exempted from levy of Town Duty/Octroi Duty, Terminal Tax or otherlocal taxes and duties. Wherever required, they should obtain theexemption certificate from the Buyer, to avoid payment of such local taxesor duties.

%Page9oflS

Page 10: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

2. In case where the Municipality or other local body insists upon payment ofthese duties or taxes the same should be paid by the Seller to avoid delayin supplies and possible demurrage charges. The receipt obtained forsuch payment should be fonruarded to the Buyer without delay togetherwith a copy of the relevant act or bylaws/ notifications of the Municipalityof the local body concerned to enable him to take up the question ofrefund with the concerned bodies if admissible under the said acts orrules.

15. Pre-lnteqritv Pact Glause: NA

%Page l0 of l8

Page 11: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

Part lV - Special Conditions of RFp

Failure

1 . Performance Guarantee:-

a. Indigenous cases:- The Bidder will be required to furnish a PerformanceGuarantee in favor of Director General Coast Guard by way of Bank Guaranteethrough a public sector bank or a private sector bank authorized to conductgovernment business (lClCl Bank Ltd., Axis Bank Ltd or HDFC Bank Ltd.) for asum equal to 1O%o of the contract value within 30 days of receipt of the confirmedorder. Peformance Bank Guarantee should be valid up to 60 days beyond the dateof warranty. The specimen of PBG is given in Form DPM-15 (Available in MoDwebsite and can be provided on request).

b. Foreiqn cases: NA

2. Option Glause: Blank

3. Repeat Order Clause: The contract will have a Repeat Order Clause, wherein the Buyercan order upto 50% quantity of the items under the present contract within six months fromthe date of supply/successful completion of this contract, the cost, terms & conditionsremaining the same. The Bidder is to confirm acceptance of this clause. lt will be entirely thediscretion of the Buyer to place the Repeat order or not.

4. Tolerance Clause: - To take care of any change in the requirement during the periodstarting from issue of RFP till placement of the contract, Buyer reserves the right to 30 %plus/minus increase or decrease the quantity of the required goods upto that limit without anychange in the terms & conditions and prices quoted by the Seller. While awarding thecontract, the quantity ordered can be increased or decreased by the Buyer within thistolerance limit.

5.(a) NA(b) 10O% payment on delivery and acceptance by the consignee on receipt of CRV& Inspection note.(c) NA(d) NA

6. NA

7. Advance Pavments.- No advance payment will be made.

8. Pavins Authoritv:

a. lndigenous Sellers: (The Principal Controller of Defence accounts(N), CooperageRoad, Colaba, Mumbai-39,Tele 022-22021231,22812248). The payment of bills willbe made on submission of the following documents by the Seller to the PayingAuthority along with the bill:

i. Ink-signed copy of contingent bill / Seller's bill.ii. Ink-signed copy of Commercial invoice / Seller's bill.iii. Copy of ,Supply Order/Contract with U.O. number and date of IFA's

concurrence, where required under delegation of powers.iv. CRVs in duplicate.v. Inspection note.vi. Claim for statutory and other levies to be supported with requisite documents

/ proof of payment such as Excise duty challan, Customs duty clearancecertificate, Octroi receipt, proof of payment for EPF/ESIC contribution withnominal roll of beneficiaries, etc as applicable.

vii. Exemption certificate for Excise duty / Customs duty, if applicable.viii. Bank guarantee for advance, if any.ix. Guarantee / Warranty certificate.x. Performance Bank guarantee / Indemnity bond where applicable.%

Page l1 of18

Page 12: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

I

xi. DP extension letter with CFA's sanction, U.O. number and date of IFA'sconcurrence, where required under delegation of powers, indicating whetherextension is with or without LD.

xii. Details for electronic payment viz Account holder's name, Bank name,Branch name and address, Account type, Account number, IFSC code, MICRcode (if these details are not incorporated in supply ordericontract).

xiii. Any other document / certificate that may be provided for in the SupplyOrder / Contract.

xiv. User Acceptance.xv. Photo copy of PBG.(Note - From the above list, the documents that may be required dependingupon the peculiarities of the procurement being undertaken, may be included inRFP)

b. Foreiqn Sellers - Blank

Fall clause: -The following fall clause will form part of the contract placed on successful bidder:-

a. The price charged for the stores supplied under the contract by the Seller shall in noevent exceed the lowest prices at which the Seller sells the stores or offer to sellstores of identical description to any persons/Organisation including the purchaseror any department of the Central government or any Department of stategovernment or any statutory undertaking the central or state government as thecase may be during the period till performance of all supply Orders placed duringthe currency of the rate Supply Order is completed.

b. lf at any time, during the said period the Seller reduces the sale price, sells or offerto sell such stores to any person/organisation including the purchaser or any Deptt,of central Govt. or any Department of the State Government or any Statutoryundertaking of the Central or state Government as the case may be at a price lowerthan the price chargeable under the Supply Order, the seller shall forthwith notifysuch reduction or sale or offer of sale to the Director general of Supplies &Disposals and the price payable under the Supply Order for the stores of suchreduction of sale or offer of the sale shall stand correspondingly reduced. The abovestipulation will, however, not apply to:--

i. Exports by the Seller.li. Sale of goods as original equipment at price lower than lower than the pricescharged for normal replacement.lii. Sale of goods such as drugs which have expiry dates.lv. Sale of goods at lower price on or after the date of completion ofsale/placement of the order of goods by the authority

c. Blank

Exchanqe Rate Variation Clause: NA

Risk & Expense clause:1. Should the stores or any installment thereof not be delivered within the time or times

specified in the contract documents, or if defective delivery is made in respect of thestores or any installment thereof, the Buyer shall after granting the Seller 45 days tocure the breach, be at liberly, without prejudice to the right to recover liquidateddamages as a remedy for breach of contract, to declare the contract as cancelledeither wholly or to the extent of such default.

2. Should the stores or any installment thereof not per-form in accordance with thespecifications / parameters provided by the SELLER during the check proof tests tobe done in the BUYER's country, the BUYER shall be at liberty, without prejudice toany other remedies for breach of contract, to cancel the contract wholly or to theextent of such default.

3. In case of a material breach that was not remedied within 45 days, the BUYER shall,having given the right of first refusal to the SELLER be at liberty to purchase,manufacture, or procure from any other source as he thinks fit, other stores of thesame or similar description to make good:-

a. Such default.b. In the event of the contract being wholly determined the balance of the stores

remaining to be delivered there under.

10

11.

% Page 12ofl8

Page 13: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

12.

4. Any excess of the purchase price, cost of manufacturer, or value of any storesprocured from any other supplier as the case may be, over the contract priceappropriate to such default or balance shall be recoverable from the SELLER. Suchrecoveries shall not exceed 100% of the contract.

Force Maieure clause:-a. Neither party shall bear responsibility for the complete or partial nonperformance ofany of its obligations (except for failure to pay any sum which has become due onaccount of receipt of goods under the provisions of the present contract), if the non-pefformance results from such Force Majeure circumstances as Flood, Fire, EarthQuake and other acts of God as well as War, Military operation, blockade, Acts orActions of State Authorities or any other circumstances beyond the parlies control thathave arisen after the conclusion of the present contract.

b. In such circumstances the time stipulated for the performance of an obligation underthe present contract is extended correspondingly for the period of time of action ofthese circumstances and their consequences.

c. The party for which it becomes impossible to meet obligations under this contractdue to Force Majeure conditions, is to notify in written form the other party of thebeginning and cessation of the above circumstances immediately, but in any case notlater than 10 (Ten) days from the moment of their beginning.

d. Certificate of a Chamber of Commerce (Commerce and lndustry) or other competentauthority or organization of the respective country shall be a sufficient proof ofcommencement and cessation of the above circumstances.

e. lf the impossibility of complete or partial performance of an obligation lasts for morethan 6 (six) months, either pafty hereto reserves the right to terminate the contracttotally or partially upon giving prior written notice of 30 (thirty) days to the other party ofthe intention to terminate without any liability other than reimbursement on the termsprovided in the agreement for the goods received.

13. Buv-Back offer: NA

14. Specification: As per Part ll of RFP.

'15. OEM Certificate: The bidder should be preferably an OEM. In case bidder is not an OEMhe should be in possession of agreement certificate that he is authorised to participate andbid on behalf of the OEM.

16. Export License: NA

17. The item should be of latest manufacture,conforming to the current production standard having 100% defined life at the time of delivery.The earliest acceptable year of manufacture will be 2016. Life certificate is to be enclosedwith the bill.

18. Buver Furnished Equipment: NA

19. Transportation:- Local delivery at site i.e CGSD(MBI) & CGSD(PBD) at Mumbai,CGSD(CHN) & CGSD(PDP) at Ghennai, CGSD(KOC) at Kochi and RSD Port Blair at PortBlair. Door delivery basis.

20. Air lift: The following Airlift clause will form part of the contract placed on successfulBidder - Should the Buyer intend to airlift all or some of the stores, the Seller shall pack thestores accordingly on receipt of an intimation to that effect from the Buyer. Such deliveries willbe agreed upon well in advance and paid for as may be mutually agreed.

21. Packinq and Markinq: The following Packing and Marking clause will form part of thecontract placed on successful Bidder -

a. The Seller shall provide packing and preservation of the equipment andspares/goods contracted so as to ENSURE THEIR SAFETY AGAINST DAMAGE inthe conditions of land, sea and air transporlation, transhipment, storage and weatherhazards during transportation, subject to proper cargo handling. The Seller shall% Page 13 of l8

Page 14: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

ntainers, which are made suffig cases should have hooksmarking shall be fastened t

b. The packing of the equipment and spares/goods shall conform to the requirementsof specifications and standards in force in th-e territory of the Seller's country.

c. Each item shall be packed in separate cartons. A label in English shall be pasted onthe carton indicating the under mentioned details of the item Lontained in the carton.A tag in English with said information shall also be attached to six samples of theitem. lf quantity contracted is less than six then tag shall be affixed to completequantity contracted of the item. The cartons shall then be packed in packing casesas required

i. Part Number:ii. Nomenclature .

iii. Contract annex number:iv. Annex serial number :

v. Quantity contracted :

d. One copy of the packing list in English shall be inserted in each cargo package, andthefull setof thepackinglistsshall beplacedinCaseNo.l paintedinJyellowcolorr.

e. The Seller shall mark each package with indelible paint in the English language asfollows:-

i. EXPORTii. Contract No. ------------iii. Consignee ---------iv. Port / airport of destinationv. Ultimate consigneevi. SELLER ----------vii. Package No.viii. Gross/net weight : --------ix. Overall dimensions/volume : -------------x. The Seller's marking.

f. lf necessary, each package shall be marked with warning inscriptions:.Topt, "Do not turn over", category of cargo etc.

g. Should any special equipment be returned to the Seller by the Buyer, the latter shall. provide normal packing, which protects the equipment and spares/goods from the'

damage of deterioration during transportation by land, air or sea. ln this case the Buyershall finalize the marking with the Seller.

22. Qualitv-: The quality of the stores delivered according to the present Supply Order shallcorrespond to the technical conditions and standards valid for the deliveries of the samestores for in Seller's country or specifications enumerated as per RFP and shall also includetherein modification to the stores suggested by the Buyer. Such modifications will be mutuallyagreed to. The Seller confirms that the stores to be supplied under this Supply Order shall benew i.e. not manufactured before 2016, and shall incorporate all the latest improvements andmodifications to improve the quality.

23. Qualitv Assurance:- The item should be of the latest manufacture, conforming to thecurrent production standard and having 100o/o defined life at the time of delivery. In addition tothe above, following are also to be followed:-

(a) Six pairs Pilot sample of Boot Ankle Black (strictly size-8 only) to be submitted withthe technical bids. The samples submitted with Technical bids should be along with labtest repoft and sealed from 'National Accreditation Board for Testing & CalibrationLaboratories or NABL accredited Laboratory as per Appendix 'B' of Enclosure ll. Theaccredition of NABL laboratories should be valid for specific parameters for whichlab testing has been undertaken.

(b) On award of contract, one technically accepted sample will be forwarded to therespective consignees as pilot samples to accept the material at their end.

0) One Pair Boot Ankle Black will be fonruarded to the firm by CGHQ to undertake bulk%Page 14 of | 8

Page 15: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

%

production.

(e) One sample submitted may be subjected to the lab test by the TEC, the expendituretowards the same shall be borne by the supplier. In addition during the inspection, theconsignee (on recommendation by the board of officers) may conduct the lab test prioracceptance of the consignment. The charges towards the same shall be borne by thesupplier only if found ambiguous to the approved sample sent by CGHQ (Pilot sample).

24. Inspection Authoritv:- The stores will be inspected by a board of officers deputed byOfficer-in-Charge of respective Coast Guard Store Depot (Consignee) against firmsguaranteelwarranty certificate and the pilot samples approved by CGHQ. In addition duringthe inspection, the consignee (on recommendation by the board of officers) may conduct thelab test prior acceptance of the consignment. The time taken for lab testing of the sampleprior acceptance by the consignee shall be included in the Delivery Period and no waivershall granted be for the same.

25. Pre-Dispatch Inspection : Blank

26. Joint Receipt Inspection: Blank

27. Frankinq clause: -a. In the case of Acceptance of Goods "The fact that the goods have been inspected

after the delivery period and passed by the Inspecting Officer will not have the effectof keeping the Supply Order alive. The goods are being passed without prejudice tothe rights of the Buyer under the terms and conditions of the Supply Order".

b. In the case of Rejection of Goods "The fact that the goods have been inspectedafter the delivery period and rejected by the Inspecting Officer will not bind the Buyerin any manner. The goods are being rejected without prejudice to the rights of theBuyer under the terms and conditions of the Supply Order."

28. Glaims:- The following Claims clause will form parl of the contract placed on successfulBidder-

a. The claims may be presented either: (a) on quantity of the stores, where the quantitydoes not correspond to the quantity shown in the Packing LisUlnsufficiency inpacking, or (b) on quality of the stores, where quality does not correspond to thequality mentioned in the contract.

b. The quantity claims for deficiency of quantity shall be presented within 45 days ofcompletion of JRI and acceptance of goods. The quantity claim shall be submitted tothe Seller as per Form DPM-22 (Available in MoD website and can be given onrequest).

c. The quality claims for defects or deficiencies in quality noticed during the JRI shallbe presented within 45 days of completion of JRI and acceptance of goods. Qualityclaims shall be presented for defects or deficiencies in quality noticed duringwarranty period earliest but not later than 45 days after expiry of the guaranteeperiod. The quality claims shall be submitted to the Seller as per Form DPM-23(Available in MoD website and can be given on request).

d. The description and quantity of the stores are to be furnished to the Seller along withconcrete reasons for making the claims. Copies of all the justifying documents shallbe enclosed to the presented claim. The Seller will settle the claims within 45 daysfrom the date of the receipt of the claim at the Seller's office, subject to acceptanceof the claim by the Seller. In case no response is received during this period theclaim will be deemed to have been accepted.

e. The Seller shall collect the defective or rejected goods from the location nominatedby the Buyer and deliver the repaired or replaced goods at the same location underSeller's arrangement.

f. Claims may also be settled by reduction of cost of goods under claim from bondssubmitted by the Seller or payment of claim amount by Seller through demand draftdrawn on an Indian Bank, in favour of Principal Controller/Controller of DefenceAccounts concerned.

Page 15 of l8

Page 16: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

%

g. The quality claims will be raised solely by the Buyer and without anycertification/countersignature by the Seller's representative stationed in Ind ia.

29. Warrantv: -a. The following Warranty will form part of the contract placed on the successful Bidder

i. Except as otheruise provided in the invitation tender, the Seller hereby declaresthat the goods, stores articles sold/supplied to the Buyer under this contract shallbe of the best quality and workmanship and new in all respects and shall bestrictly in accordance with the specification and particulars contained/mentionedin contract. The Seller hereby guarantees that the said goods/stores/articleswould continue to conform to the description and quality aforesaid for a period of12 months from the date of delivery of the said goods stores/articles to the Buyeror 15 months from the date of shipmenUdispatch from the Seller's workswhichever is earlier and that notwithstanding the fact that the Buyer may haveinspected and/or approved the said goods/stores/articles, if during the aforesaidperiod of 12115 months the said goods/stores/articles be discovered not toconform to the description and quality aforesaid not giving satisfactorypefformance or have deteriorated, and the decision of the Buyer in that behalfshall be final and binding on the Seller and the Buyer shall be entitled to callupon the Seller to rectify the goods/stores/arlicles or such portion thereof as isfound to be defective by the Buyer within a reasonable period, or such specifiedperiod as may be allowed by the Buyer in his discretion on application madethereof by the Seller, and in such an event, the above period shall apply to thegoods/stores/articles rectified from the date of rectification mentioned in warrantythereof, othenruise the Seller shall pay to the Buyer such compensation as mayarise by reason of the breach of the warranty therein contained.

ii. to iv. Blank

30. Product Support:-. Blank

31. use - Blank

32. se - Blank

33. Price Variation (PV) Glause - Blank

Page 16 of l8

Page 17: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

1. Evaluation Criteria :- The broad guidelines for evaluation of Bids will be as follows:a. Only those Bids will be evaluated which are found to be fulfilling all the eligibility and

qualifying requirements of the RFP, both technically and commercially.b. Blank.c. The Lowest Bid will be decided item wise based upon the lowest price quoted by the

particular Bidder as per the Price Format given at Para 2 below. The consideritionof taxes and duties in evaluation process wiil be as follows:

i. In cases where only Indian Bidders are competing, L-1 bidder will bedetermined by excluding levies, taxes and duties levied by Central/State/Localgovernments such as excise duty, VAT, Service tax, Octroi/entry tax, etc on finalproduct, as quoted by bidders.ii. Blank.

d. deleted as per DPM-2009 amendment - 1115 dated 10 Nov 15e. Blank.f. Blank.g. The Buyer reserves the right to evaluate the offers received by using Discounted

Cash Flow method at a discounting rate of 10 o/o. ln case cash flow involves morethan one currency, the same will be brought to a common denomination in IndianRupees by adopting exchange rate as BC Selling rate of the State Bank of India onthe date of the opening of Price Bids.

h. The Lowest Acceptable Bid will be considered further for placement of contract /Supply Order after complete clarification and price negotiations as decided by theBuyer. The Buyer will have the right to award contracts to different Bidders forbeing lowest in particular items. The Buyer also reserves the right to doApportionment of Quantity, if it is convinced that Lowest Bidder is not in a positionto supply full quantity in stipulated time.j Any other criteria as applicable to suit for particular case.

2. The price Bid Format in general isgiven below and Bidders are required to fill this up correctly with full details, as requiied underPart-ll of RFP( The format indicated below is only as an illustration This format should befilled up with items/ requirements as mentioned in Part-ll of RFp):

Basic price of:Itema s)-

sr. Item UnitPrice

Qtv Total

o Boot Ankle Black Size 6(PF)

CNCMT-PSFOO12 170

o Boot Ankle Black Size 7(PF)

CNCMT-PSFOO13 79

() Boot Ankle Black Size 8(PF)

CNCMT-PSFOO14 1 160

(v) Boot Ankle Black Size 9(PF)

CNCMT-PSFOO15 1140

(v) Boot Ankle Black Size10(PF)

CNCMT-PSFOO16 447

(v) Boot Ankle Black Size11(PF)

CNCMT-PSFOOl7 70

(v) Boot Ankle Black Size12(PF)

CNCMT-PSFOO18 84

TOTAL 3150

b. Accessories. Blankc. Installation / Commissioning. Blankd. Training Blanke. Technical literature - Blankf. Tools Blankg. AMC - Blankh. Any other requirement BlankNote: 1. Determination of L-1 will be ;done based on total of basic prices (not includinglevies, taxes and duties levied by Central/State/Local governments such as exciseduty, VAT, Seryice tax, Octroi/entry tax, etc on final product) of all items/requirementsas mentioned above.v

PagelTofl8

Page 18: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

3.determination)

a. ls Excise Duty extra?b. lf yes, mention the following -

i. Total value of items on which Excise Duty is leviable:ii. Rate of Excise duty (item-wise if different ED is appricable):iii. Surcharge on Excise duty, if applicable?iv. Total value of excise duty payable:

c. ls Excise Duty Exemption (EDE) required:d. lf yes, then mention and enclose the following:

i. Excise notification number under which EDE can be given:e. ls VAT extra?f. lf yes, then mention the following:

i. Total value on which VAT is leviable:ii. Rate of VAT.iii. Total value of VAT leviable:

g. ls Service Tax extra?h. lf yes, then mention the following -

i. Total value of Services on which Service Tax is leviableii. Rate of Service Tax leviableiii. Total value of Service Tax leviable

j. ls Custom Duty Exemption (CDE) required:k. lf yes, then mention the following -i. Custom notification number under which ;CDE can be given (enclose a

copy)ii. CIF value of stores to be importediii. Rate of Customs Duty payableiv. Total amount of Customs Duty payable

l. Octroi/ Entry taxes:m. Any other Taxes / Duties:

%PagelSofl8

Page 19: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

Enclosure I

st.No

Clause Yes/No.(Attachdocumentswhereverapplicable)

SupportingDocumentsRequired

Reasons forNon-compliance

01 Bids (Teohnical & Commerclal) shoutd be foni,,arOedby Bidder under their original memo / letter pad

No

02 Sealed bids to be submitted in iepaEte seateO

99yels superscribing "TECHNTCAL BtD,, and"COMMERCIAL BlD" mentioning tender No. anddate of Opening and thereafter put in a bigger coverwhich should also be sealed and dulv suoerscribed "

UJ No price should be indicated in tfreTeCnnicat Aid elsethe_same will be rejected summarily. {See para 3(a)q!!art ll of RFP)

No

04 Pilot Sample and Lab Test neport-s peiAppenOix Bof Enclosure ll of RFP

Pilot samplesand Lab testreport as perappendix'B' ofspecification(Enclosure ll)

05 Acceptance of all terms and conditionE of RFp onfirms letter head

A certificate onfirm's letter head

06 Particulars of Bank or cancelled cheque leaf Photo copy ofcancelled chequeleaf

07 PAN, TIN, VAT, CST NO Yes

08 Bidders are required tocompliance of specificatiEnclosure ll bringing out cleady the deviations fromspecification, if any

Appendix 'B' ofEnclosure ll dulysigned and sealstamped by thefirm/ laboratorv

09 Registration of Firm and agreement certifrcate otOEM

10 Demand drafUPO in favour of the pCDA(N), MumbaiRs.100/- (Rupees One hundred only) for Tender Feeand Rs 90,000f(Rupees Ninety Thousand only) forEMD

Required DD/PO

11 Valid registration/permit of manufacturing unit issuedfrom Ministry of Commerce/ Ministry ofIndustries/concerned authorities in respect of OEM ifthe firms are not registered with MoD/Dept. ofMoD/DGS&D.

RelevantDocuments

---(Signature of the firm's authorized rep)

%

Page 20: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

INDIAN NAVY SPECIFICATION

MINISTRY OF, DEFENCE (NAVY)

NEW DELHI - 110 011

Page I of17

OF MINISTRY OF DEF

BOOT ANKLE BLACK

ISSUE D

DCV +

;t r;;q

Page 21: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

+"w o"rf

RECORD OF AMENDMENT Sav^e- *f+, Wu l>7"a

AMENDMENTCARRIED OUTBY AND DATE

f . € __)Srr:.Cn' :".!-i -r,"j|'( li._: i.i,:r,r,r:,- :1 ,..,iY;P f|';1',", ; ir.'.! tii: i;:i' -!:i .- - -.'. .. :''_r'.-_i,i,'iir;: r1:.,.;, . ,:!

Page2 oflT

Page 22: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

coNSTRUCT|ON.......7

7

8

TReLe 3 : Drruerusrorus or pU_pU SoLE ...........8

8

8Tnele 4 : CouplEre Foonruenn Col,rpunruceWoRruRrusHtp Atto F1r.1sH..........

MARKING..

SAMPLTNG AND CRITERIA FOR CONF

PACKING

WARRANTY

s uccesloN roR ltvtpRovervtDtaGMM - 1: lr.rruen SroEDncnnu - 2: OurER Sroe OrDncnnna - 3:

APPENDIX _ (8"

TneLe 8 ITRgLe9:

__:- :: :: : :: ;;

f'4-r^ ,

*ji;,t:'--:. ; i:.,,ti::,'',,-.'. .:,1-

!i,i::,tJ,:::r i:. , r

'.:,1:.., ,-... l-t '1t-.i"'rj,r::. .rj t-.-: .,)

i{P:ri.'::.''.'1 r:':"!:'

Page 3 of 17

TReLe-1:

TaaLe-TeeLe 3 :

Page 23: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

FOREWORD

procurement order placed by competentpurpose whatsoever without the expressStaff or his representative. I

2' This specification ha.s. been prepared on the basis of commercially avaitabfesimilar products "f14lq wittr reputld Indian manufacturers and rs eyisrinnlL?[-li:" - I-ss;;i o-il.i&i-' ":;;" "'"ij:i::"'"T_,119 rs, et::::

i"o"#f)lnfhinn anrl \./i^+, ,^r:- -fj:l*g.nqj/ictuallins ;r til;jnJ,.fiilit#ilftff?1=o* "jl1i:^'1lljlolgylg.seafg e,iii.,r,',.iriii#iril'i'n"J%il :fiJifflf, R'j::,"i31cp1Tiot"yiilfrh16 ?"rd",:g'da ihi;;?the Indian Navy. rhe AHSp' ;";iJ;" ili' 6;"ti.;;ff Authority for allenquiries related to make and shape regarding this

3 Alf cfauses in this specification shall In every respect,irre_spective of .the source of supply or the ts. Any deviationfrom this specification will not UJ express written sanction ofQuality Assurance Authority. be found between thisspecifications and any sampie or for any purpose, then decision ofthe AHSp in this regaid would

4. Unauthorised depa ication may involve rejection of thestore, which will be into testing for the finalthe consignee.

Ldtter, manufacture and shall be subjecteduality Assurance Officer before dispatch to

5. Afl the referred to in this specification for any tenderor contract current of the date of such tender or contract. ThePDCV31end or modiff this specification as and whenprior intimation to any parties associated/affecteJ-0, il;

so being carried out.

ng procurement agencies about change in

2009g/urlFer progress contract cases, unless it is inescapable, in terms of DpM_Para 4'10'1' Notwithstanding the above, the proaur"runt aoencies worrr{above, the procurement agencies would

:: T,il jl,: :::j ly.o n

:_ :' ryhgth 9 r tJ i n cr u oe th

" ;; ; d ;-u. il;' ;; fi'" :';;f#l il;or othenrise for all such existing/under progre." "onir""t

cases.

Page 4 of 17

ngrthe

6.specifi

Page 24: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

SCOPE

8' This specification covers the material requirements, construction particularsand overall boot general requirements used in the manufacture of Boot Ankle Black.

REFERENCES

3;," .^.I!".^su3geOilg paragraph-s refer to the foftowing specificarv ot/s\

:lP^-l:l:r to the retevant ipecifications ", .ppti."bte for

10' The Standards mentioned above or anywhere in this specification containprovisions which through reference in this text, cql!!'rgF trqy5i"-r'.1iinis standard.'n:t,:lr .,. ":i,',1-\,h-fl:r,': !.i;:' r"' : : .r

"t..lirrL1ur; fia;;- '..: ,t,,':. r'r:i:i., -.i ,Ti, ;. ' "i)

i r. :i. .f i ;

,3 ili:-l,.,,.. : :,. ',

Page 5 of l7

It>taifed:-

rbfe I :

asa

ble tsuSf.No. Specifica!!ots

(a)lS: 2050 Glossary of

purpose ofterminologv

(b) lS:5041-1978(c) lS:4905-1968 fucting(d) lS:5677 Shoes Lb6er LeE ct Moulding process(e) lS:9543 Spun F

(f) lS:11195 Ble*J gs d Textiles(g) ISO:20345-2011 E rs'dhal ProtecJir b Equipment - Safety Footwear(h) tso 2062 futerniTHiati(i) lso 5402 Fl€xinq reE ffince of upper leather lUafty nexing(k) lso 3376 k l3lilef - UelefmlnatlOn Of tensile strcnnfh anrl atanaaria(t) rso 1 FinTF*Adhesion Telt

(m) x vvrougnr copper-ztnc ailoys _ Chemical composition andforms of wrought products - part 1: Non_leaded and

n)A SAERATffi"f preav Ftptness ot LeatherResistanceT@(p)

.pBreaking force andScuff resistisATm TM14O

{q) SATM TM149 Strength of eyeletfacinqs affi/sI\ FSATRA TM150 Aracnment utrength of Eyelets

SATM TM154 Dnoe race to shoe lace and shoe lace to lace carrieiabrasion

(u)t, SATM TM 186 unape F(etention properties of Toe Caps of FinishedFootwear

(w) SATRA TM195^nor

uilppage t est

txt/ SATRA TM31O Atmospheric SulphideCorrosion

SATM TM 401 Peel Strength of Adhesive Bonds

Page 25: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

STANDARD PATTERN

11- The standard pattern of Boot shall be made to derby design on broad toe andpadded dual coflar, on broad-toe 'H'fitting last with stroble construction and direclymoulded dual density pU sole. The standard pattern held in the y of IHQ ofMoD(N)/DCV shall constitute the standard as regards to any panot noted/defined in this specification. An illustritive diagram'f_or refe gupurposes only is pfaced at Appendix ,A".

12. The standard pattern held by the AHSPappearances, workmanship, feel finish, shape, degi and for otheraspects not defined in this specification.

MATE

13. The general description of mate manufacture of the boot isas indicated at the following TabF C nd chemical properties thatthese materials have to conform to d at Appendix'B'.

In case of any discrepancy/contra-indication the interpretation of the buyer will be

edition or rererred standards wourd o" "oilffJlTlff:fil:'j:31 ,:iJll Jl?;:date of such tender or contract referring to inis specification,

general

or properties

Table 2 :

{q.^"".''E*.

D

s'\ {gr\ir

Sl.No.

(a)

e : Chrome tanned BlackLeather.

: Chrome tanned Black Colour Smooth Softy

Polyamide Black Colour Non-Woven maGriat (CarnOrellewith anti-microbial and anti-fungal properties for Vamp,

Quarters and rongue. Physical and chemical propertiesindicated at Appendix "8"An additional Heel Grip Lining of Grey colour split Leather is tobe provided.'fa

u

'i1.r(c) \

Lv

Polyurethane Foam of min S mm rnicm@Lining Components. Padded Collars are to have pU Foam of 15mm thickness. Physical and chemical properties are placed atAppendix'B'

i{'6tfe ana

flounterStiffner

Stiffeners of Thermo plastic material sffiand Counter with minimum thickness 1.7-1.9 mm respectively.The thermal impregnation is to be of thermoplastic EVA Resin.The physical and chemical prooerties are to be as Annenrfix ,R'

(f) Eyelets 8 nos. Black Anodised Aluminium Eyelets a@of size no. 7.5 + 0.5 mm collar diameter to.be fitted on eachface.

0) Laces Each pair of footwear shall be provide@Nylon BlackTubular Laces of min 130 cm long.

Page 6 oflT--_)

Page 26: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

h f nsock Removable frrll inscrck with anefnmi.aah, ,r.^, ,ttro.lo'^h *I (e) Insole

(t) Outsole

(m) StitchingThread

I K I No.4Ot6O 2_pty 100 % polyester/Nylonhave a min. breaking strength of 100accordance with BS EN ISO 2062

The thread shouldN when tested in

CONSTRUCTION

14. The Boot Ankle Black shall be manufactured as per standtechniques, some aspects of which is described in the su

Upper Design

taken in cutting the leather to ensure that the tidirection. Alf upper components shall bepractice. All edges of the upper compcrnnocuous appearance.

16. The tongue shall be fullvamp using parallel row of stitchoccur where it is joined to thewith two rows of stitchesreinforced with paralle l(face stitching and thethe drawing. Thebetween the twothe first row ofstitches shall be

to

has toillustrationl

of quarter and vamp shall be doneend tab of the quarter shall be

of stitching placed midway between thevamffioining stitching, in the manner illustrated in

shall be between 12 to 15 mm. The distanceitchi the facing of the quarters shall not exceed 2 cm,

34 mm from the edge of the quarter. The number of

is to be adhered to the upper and their edges have to bestitches, 34 mm apart and 34 mm from the edge, after

edges. counter stiffener is to be correcfly positioned anding. The .depth of Toe shalt be SS t 2 mm ior size 8 with

are-to be madeCare must be

is in heel to toein the best commercial

rly skived to ensure

hiffi& lining and stitched with thend so fitted that wrinkles do not

)

It

PageT oflT

15. .The components of the upper leather portion of t6e-from the respective upper material as indicated €

17.

decrease of 2 mm per size. The Back strap, with width of 25 t 2 mm,a Jug Loop and affixed with stitching pattern as shown in the

18' All upper components and lining are to be firmly adhered together usingflexible adhesive with the foam insert betta en them. Care should be taken to ensurethat no air pockets are formed/remain between the layers. The boot is to beconstructed such that it is not possible to remove the ins-ole without damaging thefootwear. Care shall be taken to maintain the space and uniform tension of the

t all places. All seams and stitches shall be properly hammered off and

1_n..-! rTirr;:i I "

:i\i.! i1;ij --'..::i, :

Page 27: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

Evelets19' The Eyelets should be affixed 15 mm (centred) from the edge of the eyeletfacing' The bottom Eyelet n"s io-0. affixed rb mm-nom the edge of the face andeyelet should be fixed 20 mm from the top edge of the face/coliar. The remainingeyelets should be fixed equidistani between the iwo. The eyelets are to be of male-femafe type or with wastt"o on the inside and riveted so as to result in theedges on the inside being smooth and innocuous to feer.

PU-PU Sote

?f;,. J#,,ioj.u^.:1"?l"I|:1,to be.of the buckeucup type of construction whereinff:: : i."1i^r: i: llT"^,T tne so re {,ililf"# # fi

":' ;;:'", ;"Hl iff ';,t!outsote has to be in Jet Btack c"lour. mJr,."Jo'ilriign is to have,;$re cleat designwith channefs open to the sides.

21. .The physical dimensions of the soleaccordance with ctause 5.g.1.1 to 5.g.3 offollowing dimensions may be adopted:_

complex arefSO:20345-2011

3 Sofe

22. Thedown atISO aqaiable

ts to be met by the complete boot would be as laidrn read in conjunction with the referred crauses of the

LET FOO

+-<Page 8 oflT

Gom

..tt{

Thickness oicfindte sotewith side wall in accordance

Note : ConsiOerlng the nguldance only. However,accorded to products ffifut areb-i"""i

p above daluation of

Height of Upper

T" t!"igl'l oSize 8 with an increase or decrease by 3.0 mm for eacnbigger and smaller size, when measuied as per Clausel;1,?:t]lo.:2034s-2011. rhe heisht of upper Ji"..r, p"ir'

Upper/ Outsole andClause 5.3:1 .2 and Cfause 5.g.6 of ISO:20345 _2011

Antistatic Footwear Cfause 6.2.2.2 of tSO:203 45-2011f .i:;;,_-

ronments - Heat clause 6'2-3-1 and 6-2-3.2 respectivery of rso:2034s-2011

Page 28: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

I

(k) / rrtt sno. Ftexing

I

(ii) T'est is to be repeated for 1 Lakh Cyclcs afterconditioning at g5% RH for 168 Hoursj and no damagelg 3!y part is to be observed.

W^ "rte""tti" a"a fi"l*::- ^ ^I1"^ ??.ol lln,." r*k. s ha il be free from man ufacturingdamage and the workmanship and finish ttrroughoutstore manufactured shall be d'elivered in dry ani clean

24. . The patterT of the quarters, vamp, lining,designed and shall be correcfly fitted in suchpleats at toe and counter regions during Ineatly trimmed smooth. There should bL

ality. The

etc. shall be sodo not form excessiveheel flashes shall be

shrinkage or warpage in

finish and shade of the Bootsof AHSP.

any part of the sole.

25. In appearance, theshall conform to the standaid

26. On eachpermanently

(a)(b)

f the outer sole, the following shall be clearfy and;sing or branding:-

of Manufacturer(c) Manufacture( re

Edition of StandardsMarkings of 'A', 'Hl', 'E', ,Cl', ,HR' and ,NS'. The abovealso be included through the use of appricabre pictograms.

27. In2/. In apflition a Taffeta Label with woven markinqs as at Sl(a) to (d) is requiredto be stitctied at the base of the ro.,.,,,.;;;;::;;:::;^^ an r^^ ^{+L^ ,:-:-- ---1--!-,"j11.1,":_1oj tng tongue on rhe inner side on top drin" rining maieriaf

folfowing information as indicated at clause g.1 of'lso:2034s-2011:_

rrrrY ttrFurther, each pair of the footwear- is to be rrfpii"o with a leaflet containiing the

(a) Name "nq

full address of the manufacturer and of his authoriseds in India.

of the Symbor markings/pictograms marked on the sore.for safe use, storage and maintenance, incruding maximum

n maintenance check and procedures.ns for cleaning andlor decontamination

-f-.<- ,^fi,..-.. ,,ii?

,... ,,..'l' ": 'in Page9 of 17

Teqts for Sole C

Clause 5.3.5.2 of tSO:20345-2011Clause 5.8.5 of ISO2O3452011

Clause 6.2.5 of tSO:2034

!try

Page 29: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

QUALITY ASSURANCE

28' The Boot Ankle Black shall be manufactured only by Manufacturers who havetheir manufacturing/production facilities cerlified under retevant euality ManagementSys he eMS has to be as by authorised agency and,'tr J:,'n-",nlTj#flffiJ 'jJ*ru:f"':.#:[:Ireferring to this specification.

29' The stores shall conform to the requirenrents when tested in accordance withthe method mentioned agairrst each in the specification. pilotfonrvarded to AHSP from bulk supplies to check/monitor the qualityrequired. lf stipulated in the contract, the manufacturernumbers as advance sample at AHSp for clearance by t

manufacturers to give Certificate ofmaterials, wherever desired by AHSp,AHSP reseryes the right to iest

shall be

carryingare

, before tenderingis mandatory of the

OEM's of the rawtruction of the boot. Thecheck with the OEM to

before commencement of Bulk production.

30. Manufacturers/ Contractors must satisfythorough pre-inspection of each loU batch thataccordance with the contract and fully conforto QA officer nominated under the terms

outin

31. A declaration bybeen carried out on the

so drawn shall be sybjecJ to testing. lf found satisfactory, the lot shafl be acceptedeFft-;*^^^''^'l report shall be prepared."L.2"arr:": '

r|'-

determine the validity of the

the that ary pre-inspection/ tests lrave

shafl be rendered asame are fit for inspection and test

followed in pcha r The declaration shall include the method

submitted alongres checked / tested and the test reports be

SA NDG RIA FOR CONF Mtw32. AnklFBfsk pairs of the same description nomenclature and of therto one size and fitting or a set of sizes and fittings offeredSA

an snall constitute a lot. The lot size shall not exceed-10 (Tenl

33. In samples shall be drawn using technique of random sampling as. . The sampling officer shall first draw the samples for' vijual,

dimensional, and construction parameters and for compriiance to approved sampleas per Column 3 & 4 of the Table-6 appended below.

34' lf found satisfactory on examination as above, the officer may draw (out ofit) and send samples for fab testing as per Column 5 & 6 of Table-6. The samples

Page 30: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

Table-S: Sam

35. Ee3-Pfy corManufactsecurefy

tr

36. Suicarton strinspccting

37. The

Lot Size inPairs

i

I

(1) 0\ (3) (4)(a) 1Jp to 250015) (6)

50 5

I35

(b) _491ro s0o0 90 0(c) 5001 to 80OO 0

14(d) 8001 to1 0000

1zvu 20 10 1tJ

Each pair of Boot)fy corrugated box thnufacturer's name/ Trrurefy pasted on front

Suitabfe humber oon strong enough lccting officer.

The Carton, therei rfter arlth adhesive tapes and tape boundlegibly marked with;-

the package in kg.of the consignee.

trade mark of the supplier.

cothisstrictly in

othenryise provided--ln--ihe invit rtion to the tender,tion is lill"i:'li i:,,lli lp.p:t::l,s uoRrieJ o in" purchaser asa instlf "f lgg cuality and workmanship ;ffr;;'i; fi'H#;"ffj"iJance with the laid down specifications.

4.9 ff during the. aforesaid period of 12115 months the said consignment isolscovered not conforming to the description "nJ-qrality

aforesaiJ or not giving-( .-<-

Page 11 oflT

the

Page 31: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

satisfactory performance or have deteriorated and the decision of the purchaser inhe contractor/supplier to rectify/replace byons thereof as is found to be defective bynot exceeding three months or as decided

41. ln such an event the warrantyfrom the date of replacement or othepurchaser, such compensation as deterreason of breach of the warranty containe

vement of this document may beThe Principal Director of Ctothing & Victuallinglntegrated Headquarters of Ministry of Defence (Nlavy)Sena Bhawan, DHe post, New Oettri- 110 011

ri'i

ijr lPage 12 oflT

t4r-se .i'.Vr.',rt.,-,g.{

&,+\

Page 32: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

DCV/CG/NAVY/I412013BOOT ANKLE BLACK

Appendix - "A"

Inbuilt Bridge

(Bridging Support

as per Fig.1 oflS:11226:1993)

Page 13 of 17

Page 33: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

(( 8"ACCE ANCE CRI OR PHYSICAL AND CHEMICAL PROPTabfe-1: Lea r ComI S.No.

Tear Strength (Min)

t-f Water VapourI Permeability And WaterVapour Coefficient

or oils shall not be used.

120 N

Permeability > O^emg/(cm2.h)

& Coefficient > 15

2011

Clause 5.4. of ISO:20345-11

3376

lso 3379

SATM TM 36

Clause s.o.z oi lSozogas_2011

ISO:2589/SATRA TM 1

q- ,< ^--)u,F.uga'

l'i!{of ,17

Jil All upper leather components have to be in adherence to ts:5677.(ii) The leather shail ou .lit"oivi"i-tiquor"d. Minerar tvoes of far rin'nMineral types of fat liquors

and Quarters Includi Collar)

No damage eEilaopoo

LastomeGiTElG-(a) Distension at GrainCrack

Load at Grain Crack

(a)7 m

Adhesion of Finish

ISO: 2589/SATRA-M 1Tear Strength (Min) Clause 5.6.1 of !SO2034S_

cgnter and Back Strap withlug L;op

Clause S.4.3 oilso:2034tPermeability > O^e

mg/(cm'.1)& Coefficient > 15

Ctause s.4.7;FtSo:zo34s-

SATRA TM 140

tSarstrensth(Min) G Ctause s.s. t oitsq2D3as_

Clause S.S.Z of lSOZOg45-iwaterVapour ffermeabiiity And water I P:T"ability > 2 mg/(cm2.h)

Coefficient --- j & Coefficient>20hg/cm2

Clause 5.51 e1 199293a5-

Page 34: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

r s. Yr. rs rvr

)nr91 VVEAVE

c(d)

Non Woven0.7 mm (min.

150 ! 25

15

4(min)

lS: 1964

Clause 5.5.1 ofISO:20345-2011fS'7016 Parl-61lS;1966 Part-1

4.5.3 of345-2011

oo-2004Nutrient Agar)

Page 15 of17

Mass (gm / m2)

(e) Tear Strength in N, IUrh

Tab

,.faOla-S: tns*t

Mullen Brrrst in1<g km-_-

Abrasion Uartinaate. tvtin 25,600 Cycles (dry)

(h) j ColouiFastnessa. Lightb. Washirrg

4 or better4 or better4 or better0lAntifu

for Staphylococcus Aureus(AATCC 6538) andKlebsiella Pneumonia

90% Reduction of

Anti-Fungat proFerties for

Wr!"f Vapour permeabilityAnd Water Vapour

Clause 4.5.4 ofISO;20345-2011

SATM TM 149SATRA TM 150

SATRA TM 310

lS:11195SATM TM 94 or eS

5131-Sec 3

lAgainst itself and Against D- SATRA TM 154

SATRA TM 195

Page 35: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

svv I nrta\LL ULnvr\

t/c\I v, ' 1nn c/^

,(d) --r

a't* ood- "€ fq{9

: I ut t(lat Prnhad'^^

abfe-6:

Blend Composition

Antistatic Vafue

Clause 5.3.1.2 and Ctause 5.g.6 oftSO:20345_2011.

.< ^_\ )

Page 16 oflT

ctause a.z.3 of tS Ts298 fiClause 4.3.42 of lSClause 4.7.2 of fA

40to50S430 to 500" Ko / m 94TM rM 134

Basicte@ qATRA TM 21E

SATRA TM 205

clegle 5. s.2of tso-o3as-201 1ctause s.s.g of tSozog?l2or r

Clause 5.8.4 of |SO:2034S 2011

0.03 nrm/1000at -5'C and at

The footwear shall beplaced in RH of

100o/o at atemperature of 70o C

lso 17234,rso 14362

tso 17075Metals extractable |so 105 EO4tlCF

tso 17234lso 14362ChlorinatedFhenols lso 17070

DtN 54231

Page 36: ZJ - · PDF fileplease superscribe our rfp ref no- and tender opening date on the envelop ... (prs)}gsd mbr) cgsd (ghn) cgsd (pbd). cgsd (koc) ggsd (pdp)# rsd (pbr) 1 boot ankle black

ale & carci.ton;/.

(c)FormaPhthalte

SG Criteria lso 17226I SG Criteria Solvent Extraction/GCMS

PagelT oflT

'ftr:

:iI

Organotins CompoLrndsTBT/DBT/MBT

lso 17353

EN 1122SG Criteria

DIN EN 12471

ThermoplasticReouirarnanf

ou +iff-Sl.No. Parameter Test Method(a) Thickness

(extracted from boot) 1.60 mm - 1.80mm(b) Peel strengthl (N/mm) MinO5 %Arnn rM 401(c) Shape retention of toe

caps of finished footwear :-(a) After First Collaose(b) After Vh Coilapse(c) After 2 hrs recoverv

(a)18o/o(b)21o/o(c)21o/o

TM 186

Note:1. Best Results are achit lved after bc

wtkPa

U Foam paddSl.No. Perameter Test Methoda) Material

lS:7888-1976

b) Density, Min m"(c) c;ompression set

deflection for 2 hrs2o C)

Tahla 9d) Thickness A Xh<lnrti.

'.1xt

?:1

-l*,t

4'g* ,-rrxt-