• No results found

E-Tender Notice Advertised (Domestic) Tender

N/A
N/A
Protected

Academic year: 2021

Share "E-Tender Notice Advertised (Domestic) Tender"

Copied!
37
0
0

Loading.... (view fulltext now)

Full text

(1)

Page 1 of 37

Advt. No.

: 35 /2015-16

Tender Sl. No. : 109 - CCL/MMD/CM (MM)/KR/Retender/

Wheel & Axle

/2015-16

E-Tender Notice Advertised (Domestic) Tender

1. Tenders a r e invited on-line on the website https://coalindiatenders.gov.in from the eligible bidders having Digital Signature Certificate (DSC) issued from any agency authorized by Controller of Certifying Authority (CCA), Govt. of India and which can be traced up to the chain of trust to the Root Certificate of CCA.

Brief Description of Item Quantity Estimated/ Indent Value (In Rs.) Earnest Money (In Rs.) Application fee (In Rs.) Delivery Period (In Days) Coal Tub Wheel & Axle assembly 606 Pairs 15,96,000.00 31,920.00 NIL 150 Days

(The above tendered items are N o t e l i g i b l e / eligible for CENVAT Credit) (The above tendered items are N o t e l i g i b l e / eligible for INPUT Tax Credit)

N.B :- However, applicability of CENVAT & INPUT TAX Credit as applicable at the time of evaluation will be taken into account for final acceptance by CCL as per rules in force at the time of finalization of tender.,

2. Time Schedule of Tender :

Sl. No. Particulars Date Time

a. Tender e-Publication date 30.10.2015 17:00 Hrs

b. Document download start date 31.10.2015 10:00 Hrs

c. Start date for seeking Clarification on-line 31.10.2015 10:00 Hrs

d. Bid Submission start date 31.10.2015 10:00 Hrs

e. Last date for seeking Clarification on-line 08.11.2015 17:00 Hrs

f. Document download end date 23.11.2015 17:00 Hrs

g. Bid submission end date 23.11.2015 17:00 Hrs

h. Last date of receipt of EMD 23.11.2015 16:00 Hrs

i Technical Bid Opening date(refer Clause 7n also) 24.11.2015 16:00 Hrs

3. Deposit of EMD : Bidders shall Deposit EMD through online fund transfer through RTGS / NEFT from any schedule Bank.The bidder will have to furnish online the alpha-numeric Unique Transaction Reference (UTR) Number before submission of bid. The payment made through NEFT/RTGS must be received in CCL designated Account before the last date and time of receipt of EMD. Physical modes of payment i.e. Banker Cheque or Demand Draft etc. are not acceptable.

N.B : “EMD is to be deposited through electronic payment in CCL SBI Account No.10106155123 maintained at SBI CCL Campus Branch, Ranchi having IFSC Code SBIN0010400.

The bidder must upload scanned copy of RTGS / NEFT UTR receipt along with their offer in the EMD / relevant folder/file of Cover-I.

For Overseas bidders EMD/Foreign Remittance may be drawn directly in the name of Central Coalfields Ltd. SBI Account No. 10106155123 maintained at SBI CCL Campus Branch, having the SWIFT Facility bearing no.

Central Coalfields Limited

(A Subsidiary of Coal India Limited)

Materials Management Department

Darbhanga House,RanChi-834 001( Jharkhand), India

Ph: (PBX)

2361687/ 2361694;GM (MM) 2360716/

2360257

Fax (91) (0651)

2360198

Website:

www.CCl.gov.in

(2)

Page 2 of 37

SBININBB560, and scanned copy of the documentary evidence for such Foreign Remittance must be up-loaded in relevant folder/file of Cover-I..

Exemption of EMD: The following bidders shall be exempted from p a y m e n t of EMD. The other eligible bidders as per eligibility will h a v e to u p l o a d the s c a n n e d copy o f the d o c u m e n t s as specified below in support of their claim for exemption of EMD during submission of bid on-line.

Sl.No. Category of bidders Documents against exemption of EMD i State/Central Government

Organizations/PSU :

Upload digitally signed Self declaration

2 DGS&D/NSIC registered Firms Upload digitally signed notarized copy of Valid and Complete DGS&D/NSIC Registration certificate for the tendered items attested by Notary Public

3 Ancillary Units of CCL Upload digitally signed notarized copy of Valid and complete Ancillary Status certificate for the tendered items and attested by Notary Public

4 Micro / Small Enterprises [MSE]

Upload digitally signednotarized copy of Valid and Complete Micro / Small Enterprises [MSE] Registration certificate for the tendered item issued by District Industries Centres or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises. (self authenticated and attested by Public (Notary).

The offers submitted shall be considered valid only when accompanied by EMD as per the details mentioned above in the form of e-payment or relevant documentary evidence for exemption of EMD . In case of non submission of the EMD or documentary evidence towards exemption of EMD as detailed above the tender shall be treated as non-responsive and will not be processed further.

4. Refund of EMD: The Earnest Money will be retained in the case of successful tenderer. The Earnest Money deposited by the successful bidder will be refunded on receipt of required Security Money from the bidder.

EMD of the unsuccessful tenderers shall be refunded immediately after finalization of the tender.

The bidders should submit MANDATE FORM for e-payment along with EMD, if not submitted earlier, as per the format given at Annexure-G for refund of EMD to unsuccessful bidders/successful bidder through electronic fund transfer.

EMD shall be forfeited if any tenderer withdraw their offer before finalization of the tender or fails to submit order acceptance within 15 days from the date of order..

5. Eligibility Criteria:

A.

Basic Eligibility: The bidder should be either of the following:

a. Indian Manufacturer of the tendered items

OR

b. Indian Selling Agent/Dealer/Distributor authorized by the Indian Manufacturer of the

tendered items, if the manufacturer does not quote directly as a matter of policy,

OR

c. Indian Selling a gent/Dealer/ Distributor authorized by the Foreign Manufacturer of the

tendered items, if the manufacturer does not quote directly as a matter of policy,

Note :

i

. In a tender, either the authorized Selling Agent / Dealer / Distributor on behalf of the Principal or

Principal itself can bid but both cannot bid simultaneously for the same item/ product in the same

tender.

ii. One manufacturer can authorize only one selling agent / Dealer / Distributor against the same item in

one tender.

iii. If an authorized Selling Agent / Dealer / Distributor submits bid on behalf of the Principal, the same

agent shall not submit a bid on behalf of another Principal in the same tender for the same

item/product.

(3)

Page 3 of 37

B. Provenness Criteria:

Any one of the following conditions should be satisfied for Provenness:

The tenderer should be a proven source. The criteria for provenness will be as follows:

(i)

Original Equipment Manufacturer (OEM) or

(ii)

Manufacturers whose products are used by OEM or

(iii)

Manufacturers whose products are already in use successfully at CIL or CIL Subsidiaries or PSU or

Government / Semi Government organizations.

Tenderers falling under (ii) shall have to furnish relevant documentary proof like Trade Agreement with OEM

for the tendered item or Purchase order copy from OEM.

Tenderers falling under (iii) shall have to furnish relevant documentary poof like copies of Rate contract or firm

order for the tendered items or similar items of HIGHER SPECIFICATIONS.

The copies of Rate Contract or Firm Order shall not be less than 25% of the tendered quantity in respect of

each offered item of the bid issued by CIL or subsidiary HQ of CIL/Government/Semi Government Organization

for confirming their provenness .

The order copies shall not be less than 06(SIX) months old or more than 07(Seven) years old uniformly for all

tenderer on the date of opening of tender.

In case the tenderer submit order copy/copies of similar item of higher specification then the tenderer shall

have to submit copy/copies of Rate Contract or Firm Order to the extent of minimum 25% of the total

tendered quantity ( covering all tendered items) of the bid.

The tenderer shall have to submit an undertaking under affidavit that “The items covered under supply

order, enclosed with their offer, have been successfully executed”.

However, Tenderers who are Ancillary Unit of CCL falling under (iii) shall have to furnish relevant documentary

proof for successfully executed & accepted CCL’s Trial Order or Firm Order for their Ancillarised items for

consideration of Eligibility Criteria.

Note:

(a) Tenderers claiming authorization of foreign principal shall have to give specific authorization for CCL in

original, clearly specifying the nature and period of authorization/agreement.

(b) Copies of Purchase Orders submitted beyond and below the specified period will not be considered.

(c) Firms will have to submit Notarised & authenticated copies of all the relevant documents, as indicated

above.

C. Excise Registration Certificate: - In case the tendered item is excisable/eligible for CENVAT credit, the Indian bidder (dealer or their Principal manufacturer)should posses Excise Registration Certificate issued by Central Excise and Customs Department or posses the required document for exemption to this effect as per relevant provision of Excise Rule. The marketing outlet has the option to provide the Excise Invoice of their manufacturer containing the name of CCL as consignee. In case bidder is registered with MSME & the their turnover is within exemption limit, an undertaking to this effect certifying that the quoted item/s will not attract payment of excise duty.

D. VAT/Sales Tax Registration for Indian Bidders: The Indian bidder should posses a Valid VAT/ Sales Tax Registration issued by Sales Tax department of any Indian State/Union Territory.

E. Permanent Account Number (PAN) for Indian Bidders: The Indian bidder should possess Valid Permanent Account Number (PAN) issued by Income Tax department, Govt. of India.

6. Technical Specification Parameters: The materials to be offered by the bidder must conform to the following technical specification parameters

TECHNICAL SPECIFICATION FOR COAL TUB WHEEL & AXLE

SCOPE: Manufacturer and supply of Coal Tub Wheel & Axle assembly for Mine tubs (As per IS: 4001 Current) consists of two wheels and one axle as per drawing no. EM/407/(A)/69.

(A) MATERIAL :-

(I) MATERIAL FOR WHEEL:-

(i) Wheels, carbon steel casting conforming to Grade 1 IS: 1030 (current), Tensile Strength + 540 N/mm2

(minimum),yield stress 270 N/mm2, Brinell hardness 170 BHN, Heat treatment- Normalised.

(ii) Suitable heat treated to render Wheel tough and ductile. All casting should be free from cracks, cold spots sponginess, sand inclusion, and other injurious defects. Minor repair of the casting by welding as specified in Clause 15.2 of IS: 1030/1989 IS permitted.

(4)

Page 4 of 37

(II) MATERIAL FOR AXLE: Materials of Axles should be Steel conforming to IS: 1875 class 4 free from any serrations, flaws or any dent marks. Axles ends neatly sawn and hydraulic press fitted with the Wheels. The maximum departure from straightness of any axle should not exceed 1.6 mm when measured from flat surface. Fitting by welding should not be permitted. Arrangement must be made for torque testing of fitted wheels and axles assembly at manufactures/suppliers works during inspection. Weight of one set of Wheel and Axles should be 47 Kg ± 2%

(B) ASSEMBLING :-

(i) The diameter of axle of mine tubs shall be minimum 50 mm.

(ii) The straightness of the axle when measured from a flat surface shall not deviate more than 1.6 mm.

(iii) Two wheels and one axle duly hydraulically pressed shall form one set of coal tub wheel assembly, Each wheel shall have cast in the back of the flange with identification marks as given in point no F.

(C) TOLERANCES: For running at speeds of less than 15 KM/hr, the wheel tread diameter shall have a tolerance of ±1 mm.

(D) MANUFACTURING DETAILS OF WHEEL:-

i)No. of spoke : 6

ii)Total height of wheel : 100 mm

iii)Bore diameter : 45 mm

iv)Thickness of collar : (R.10 x 2)= 20 mm

v)Thickness of bottom wheel : (302-280) = 22 = 11 mm 2 2 vi) Inside diameter of wheel at bottom : 280 mm vii) Height of the wheel from collar end : 75

viii) Spoke of thickness : 9 mm

ix) Distance between Wheel Collars : 560 mm x) Distance between Wheel Bosses Fitted on Axle : 550 mm.

(E) MANUFACTURING DETAILS OF

AXLE:-Total Length = 560 +100 x 2 + 2.5 x 2 = 765 mm (as per drawing no. EM/407/(A)/69).

(F) IDENTIFICATION MARK ON THE MATERIALS: Manufactures must give identification mark with respect to the following information. Each Wheel shall have cast to the back of the flange, the following information. (i) Manufacturer identity.

(ii) The letter “C” indicating carbon steel casting. (iii) Word “CCL” 2015 (year of manufacturing).

The identification marks of the manufacturer must be clearly embossed on each of the wheel at a visible place which is not subject to normal wear and tear for convenience of identification at any time.

(G) SPECIAL

INSTRUCTIONS:-Special Instructions to bidder:-

i) The bidder should have necessary arrangement to show the process of casting Wheel’s heat treatment and chemical analysis & hydraulic pressing arrangement which may be checked by CCL if required .

ii) The bidder should furnish a certificate along with each supply confirming that supplies are as per ordered specification.

iii) Manufacturer’s guarantee & Self attested Work test certificate for materials of Wheels and Axles shall be submitted alongwith each consignment..

iv) Chemical analysis report for each batch of casting should also be furnished for each batch of supply.

v)Note :- The authenticity of all the documents uploaded against this tender will be the sole responsibility of the bidder

(H) DOCUMENTS TO BE

UPLOADED:-(i)Notarized and self authenticated copy(ies) of supply order(s) for Coal tub Wheel & Axle of tendered / higher than tendered specification as per provenness criteria

(ii)An Undertaking under affidavit on Non-judicial Stamp paper that “the items covered under supply order enclosed with their offer have been successfully executed”.

(5)

Page 5 of 37

7. Submission of Bid & SPECIFIC GUIDELINES RELATING TO E-PROCUREMENT:

a. In order to submit the Bid, the bidders have to get themselves registered online on the e- Procurement portal (https://coalindialtenders.gov.in) with valid Digital Signature Certificate (DSC) issued from any agency authorized by Controller of Certifying Authority (CCA), Govt. of India, and which can be traced upto the chain of trust to the root certificate of CCA. The online Registration of the Bidders on the portal will be free of cost and one time activity only. The registration should be in the name of bidder, whereas DSC holder may be either bidder himself or his duly authorized person”.

b. It is the bidder’s responsibility to comply with the system requirement i.e. hardware, software and internet connectivity at bidder’s premises to access the e-tender website. Under any circumstances, CCL shall not be liable to the bidders for any direct/indirect loss or damages incurred by them arising out of incorrect use of the e-tender system or internet connectivity failures.

(6)

Page 6 of 37

c. The bidder shall bear all costs associated with the preparation and submission of his bid and CCL will in no case be responsible and liable for those costs.

d. The bidder may seek clarification online within the specified period. The identity of the Bidder will not be disclosed by the system. The department will clarify as far as possible the relevant queries of bidders. The clarifications given by department will be visible to all the bidders intending to participate in that tender. The clarifications may be asked from the day of e-Publication of NIT. T h e l as t da t e f or s e e k i ng c l a r if i ca t i o n w i l l b e up t o 15( f i f te e n) da y s b e f o re t h e l a s t d a te of s u bm i ss i o n o f bi d & t h e l a s t d a t e o s g i v ing c l a r if i ca t i o n o n - l i n e w i l l b e u p t o 7 (seven) days before the end date of bid submission.

The Tender P u blishing authority will be responsible for giving the clarifications online within the prescribed time frame.

e.. In case any corrigendum is issued the scanned copy of corrigendum notice will be uploaded on the e-Procurement Portal and also on the portal where the original NIT has been published. It will be the bidders responsibility to see keep track of the same on the website and act accordingly

f. All bids ( Techno commercial Bid , Price bid) are to be submitted on-line on the website https://coalindiatenders.gov.in. No bid shall be accepted off-line.

g. The bidders have to accept unconditionally the on-line user portal agreement which contains the acceptance of all the Terms and Conditions of NIT including Commercial and General Terms & Conditions and special terms and conditions (if any), along with on-line undertaking in support of the authenticity of the declarations regarding the facts, figures, information and documents furnished by the Bidder on-line in order to become an eligible bidder. No conditional bid shall be accepted.

h . Letter of Bid:

The format of Letter of Bid (as given in the NIT at Annexure - B) will be downloaded by the bidder and will be printed on Bidder’s letter head and the scanned copy of the same will be uploaded during bid submission in cover-I. This will be the covering letter of the bidder for his submitted bid. The content of the “Letter of Bid” uploaded by the bidder must be the same as per the format downloaded from website and it should not contain any other information.

The Letter o f bid will be digitally signed by DSC holder submitting bid online and it does not require any physical signature. However, if the Letter o f Bid (LOB) bears the physical signature in addition to the digital signature of DSC holder, it will be accepted without questioning the identity of person signing the Letter of Bid. If there is any change in the contents of Letter of Bid uploaded by bidder as compared to the format of Letter of Bid uploaded by the department with NIT document, then the bid will be rejected

i. Technical Parameter Sheet (TPS): The Technical Parameter Sheet containing the technical specification parameters for each tendered item will be in Excel format and will be downloaded by the bidder and he will furnish all the required information on this Excel file. Thereafter, the bidder will upload the same Excel file during bid submission. The T e c h n i c a l Parameter Sheet which is not submitted as per instruction given above will be rejected.

j. Price bid: The Price bid containing the bill of quantity will be in Excel format & will be downloaded by the bidder and he will quote the rates, taxes & duties etc. for his offered items on this Excel file. Thereafter, the bidder will upload the same Excel file during bid submission in cover-II.

IMPORTANT:- THE BIDDER AFTER FILLING THE REQUIRED INFORMATIONS IN OTHER WORKSHEETS IS REQUESTED TO VALIDATE THE WORKSHEET IN “BOQ” SHEET & THEN SAVE THE SAME EXCEL FILE FOR UPLOADING IN THE PORTAL IN COVER-II.

The Price Bid/BOQ comprises 02 w o r k s h e e t s (i.e. BOQ Sheet, Sheet for Domestic Bidder ) in Excel Format a s p e r f o l l o w i n g d e t a i l s :

1st Worksheet : (BOQ Sheet) – This is calculation sheet ( BOQ) & shall remain protected and no bidder can enter

any data in this sheet. However, they can view this sheet to check their final figure of their bid.

2nd Worksheet: (Sheet for Domestic Bidders): T h i s w o r k s h e e t s h a l l b e f i l l e d u p b y t h e

Domestic Bidder. All the column have to be filled as per the requirement of the format i.e. in percentage or absolute value.

In case the tendered item is eligible for CENVAT CREDIT , INPUT TAX CREDIT as per their applicability, then the L-1 status shall be decided by deducting the respective price components from the landed price viz Excise Duty, Service Tax (if applicable), Education Cess towards CENVAT CREDIT & JVAT(if applicable) towards INPUT TAX CREDIT in respect of Domestic Bidders from the landed value.

The Bidders having Excise Registration Certificate are required to indicate their Central Excise Registration number and Excise Tariff Code for each of the tendered items on the designated cells of the “Sheet for Domestic Bidders” [Under

(7)

Page 7 of 37

Price Bid / BOQ].The successful bidder shall be required to submit CENVATABLE invoice along with their bills for excisable goods.

If the bidder is exempted from paying Excise Duty, they have to mention as “NOT APPLICABLE” in the space of Central Excise Registration number in the “Sheet for Domestic Bidders” [Under Price Bid / BOQ]. Such bidders claiming exemption from taking Excise Registration shall submit documentary evidence to this effect as per relevant provision of Rule 9(2) of Excise Rule 2002. Failing in compliance to this, the offers are liable for rejection.

In case of imported materials offered by Indian dealer authorized by foreign manufacturer Counter Veiling Duty, Custom Cess & Special Additional Duty paid by them during import towards CENVAT Credit & JVAT( if applicable) towards INPUT TAX CREDIT shall be deduced from the Landed value to decide the L1 Status as per their applicability. The successful bidders shall be required to submit bill of Entry along with their bills for import goods.

The landed price in INR will be calculated automatically by the system in the Excel Sheet. Thereafter, the b i d d e r will u p l o a d the s a m e E x c e l file during bid submission in cover-II.

The L-1 will be decided for each item /module as stipulated in the NIT .The Price-bids of the b i d d e r s will have no condition.

The bidders are also requested to take note of clause-11(Prices) of NIT for more details . The P r i c e B i d which is not submitted as per instruction given above will be rejected.

(k) Uploading of Specified documents : The bidders shall upload the Letter of Bid (Annexure-B) , Affidavit (Annexure –C) , E-payment Mandate Format(Annexure-G) & other specified documents as detailed in clause no. 8 of the NIT in the respective specified folders on the portal . The Pre Contract Integrity Pact (if applicable) should be uploaded in OID link of portal.

Only one file in .pdf format can be uploaded against each eligibility criteria/Provenness Criteria, Other eligibility criteria & Technical Specification Parameter. Any additional relevant documents to support the information/declaration furnished online by the bidder against eligibility criteria may also be attached by the bidder in the same file to be uploaded against respective eligibility criteria.

N.B: The bidder will have to give an undertaking in the form of affidavit (Point no. 6 of Annexure-C) that if the information/ declaration furnished online & scanned documents furnished in support of eligibility criteria, Provenness Criteria is found to be wrong or misleading at any stage, they will be liable to be punitive action.

( l ) . Modification and Withdrawal of Bid:

Modification of the submitted bid shall be allowed on-line only before the deadline of submission of tender and the bidder may modify and resubmit the bid on-line as many times as he may wish.

Bidders may withdraw their bids online within the end date of bid submission and their EMD will be refunded.

(m)Evaluation of Bids :After receipt of EMD as stated in clause No.3, the Techno-commercial bid will be decrypted and opened on-line, on the pre-scheduled date and time by the Bid Openers with their Digital Signature Certificate (DSC). The participating bidders may view the opening of Techno- commercial bids remotely on their personalized dash board.

The e-Procurement System will evaluate the Techno Commercial bids automatically with least human intervention. (i) Initially, there will be a technical scrutiny report and commercial scrutiny report generated by the system itself. (ii) Subsequently, technical scrutiny and commercial scrutiny generated by the system shall be scrutinized/verified in light of documents uploaded by the bidders in respect of bidders qualified based upon template response only.

(iii) This on-line evaluation will be validated by Tender Committee of CCL.

(iv) Shortfall Document: The Purchaser may ask for shortfall documents during the evaluation of the bids. These documents shall not be relating to submission of EMD. Request for documents and the response shall be in writing and no change in the prices of the bid shall be sought, offered or permitted. No modification of the bid or any form of communication with CIL/Subsidiary Co. or submission of any additional documents, not specifically asked for by CIL/Subsidiary Co., will be allowed and even if submitted, they will not be considered.

These documents may be allowed to be uploaded within the specified time period of 10 (Ten) days.

Start Date and End Date of 10 days will be given in the communication sent for seeking such documents. The documents shall be sought through e-tendering portal. Reply should be sent back by the Bidder through e-tendering portal.

.

Any reply received beyond 10 days period specified in our communication will not be considered. If the reply through portal is received, the same will be considered ignoring other replies.

The above documents will be specified on-line normally within 10 days of Technical-bid (Part-I) opening, indicating the start date and end date giving 10 days’ time for on-line submission by bidder. The bidders will get this information on their personalized dash board . Additionally, information shall also be sent by system generated e-mail, but it will be the bidder’s responsibility to check the updated status/information on their personalized dash board at least once daily after opening of bid. No separate communication will be required in this regard. Non-receipt of e-mail will not be accepted as a reason of non-submission of documents within prescribed time. The bidder will re-upload the requested documents within the specified period and no additional time will be allowed for

(8)

on-Page 8 of 37

line submission of documents. The bidders are required to ensure that their corporate e-mail -id is provided / updated during the registration of vendor with Service Provider.

(v) After evaluation of Techno-commercial bid, short listed techno-commercially acceptable bidders will get the information the date of Pricbid opening on their personalized dash board and also by system generated e-mail/sms alert. It will be the bidder’s responsibility to check the status of their Bid on-line at least once daily, after the opening of Techno-commercial bid till opening of the Price-bid. No separate communication will be made to the bidder in this regard.

(vi). The Price-bid of the successful bidders (qualified in Techno-commercial bid) will be decrypted and opened on-line, on the pre-scheduled date and time by the Bid Openers with their Digital Signature Certificates (DSC). The participating bidders may view the opening of Price-bids remotely on-line remotely by logging in and can see the price-bid submitted by all shortlisted bidders.

vii) The L-1 rank will be generated by the system , if all the bids received are on FOR Destination basis , which will be visible online to allshort listed techno-commercially acceptable bidders.

In case any bid received is on Ex-Works or FOR Dispatching station basis, system generated L-1 Status shall not be considered. In such cases, L-1 Status shall be evaluated manually after downloading the price bid of such bidders & loading the respective factors as detailed in point no. 1 of N.B. of clause 11(price bid) & after compared with other Bids.

N.B :- i) Wherever , Duties & Taxes are payable extra, the applicable rate of duties & taxes prevailing on the date of opening of price bid shall be considered for evaluation of L-1 status.

(ii) The initial system generated comparative statement of landed cost & L-1 status if any, will be duly checked & vetted by associated finance & the same shall be put to appropriate level of TC for confirmation of L-1 status at the time of finalization of tender

(n) Opening of Techno-Commercial Bid (Clause 2(i).

The cover -1 (Technical Bid) shall be opened on the due date mentioned in clause 2(i) only when at least 3 (three) bids have been received against the tender on scheduled date of submission (clause 2g). If the number received bids is less than 3(three) , there will be first extension of due date of opening of tender by 2 (Two) working days & if the number of bids is still less than 3(three), the due date of opening of tender may be extended by another 5 (Five ) working days by Tender Inviting Authority by issue of Corrigendum through portal. No separate paper publication of such corrigendum shall be issued.

In cases of extreme urgency of exceptional nature expressed by user deptt, tenders may be considered for opening without granting extension with approval of authority competent to approve finalization of tender .

N.B :- The above stipulation of minimum 3 bids shall not be applicable in case of single tenders/proprietary tenders.

(o) This t end er and r e s u l t a n t supply order will b e governed by CIL purchase manual / guidelines of CVC, New Delhi/ Govt. of India and extant procedures of CCL issued from time to time.

(8) The following specified documents depending on the category of bidders are to be uploaded : A. Eligibility Criteria [Refer Clause 5A of the NIT]

Sl No.

Category of Bidder Upload digitally signed Scanned copy of N o t a r i z e d d o c u m e n t s in support of Eligibility Criteria for the tendered item.

a Indian Manufacturers Any one of the following v a l i d documents (attested by Public Notary) :

a. Factory license/Manufacturing license b. NSIC registration certificate.

c. DGS&D registration certificate d. SSI/DIC registration certificate e. ISO Certificate.

f. BIS license/certificate g. DGMS approval

h. Micro / Small Enterprises MSE] Registration certificate issued by District Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises.

(9)

Page 9 of 37

b Indian selling

agents/dealers/distributors authorized by Indian manufacturer

i. Specific authorization from their principal manufacturer to quote against this t e n d e r (a t tes t ed b y Notary Public).

ii. Any one of the following valid documents of the principal manufacturer (attested by Public Notary)

a. Factory license/Manufacturing license b. NSIC registration Certificate.

c. DGS&D registration certificate d. SSI/DIC registration certificate e. ISO Certificate.

f. BIS license/certificate g.DGMS approval

h.Micro / Small Enterprises MSE] Registration certificate issued by District Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises

c Foreign Manufacturers Any one of the following Valid documents (attested by Public Notary) :

a. Manufacturing license/certificate b. I SO Certificate.

c. Any statutory document confirming the “Manufacturer” status of the Bidder

d Foreign selling

agents/dealers/distributors authorized by Foreign manufacturer

i. Specific authorization from their principal manufacturer to quote against this tender (attested by Notary Public)

ii. Any one of the following Valid documents of the principal manufacturer (attested by Public Notary)

a. Manufacturing license/certificate b. ISO Certificate

c. Any statutory document confirming the “Manufacturer” status of the Principal Manufacturer

e Indian selling

agents/dealers/distributors authorized by Foreign manufacturer

i. Specific authorization from their principal manufacturer to quote against this tender (attested by Notary Public) :

ii. Any one of the following valid documents of the principal manufacturer (attested by Public Notary) :

a. Manufacturing License/Certificate b. ISO Certificate

c. Any statutory document confirming the “Manufacturer” status of the Principal Manufacturer

f Original Equipment Manufacturer (OEM)

Any statutory valid document confirming the “Manufacturer” status of the Bidder(attested by Notary Public) g Indian / Foreign selling

Agent/ Dealer/ Distributor authorised by the Original Equipment Manufacturer

i.i. Specific authorization from OEM to quote against this tender (attested by Public Notary)

ii. Any statutory valid document confirming the “Manufacturer” status of the Principal (OEM) (attested by Public Notary)

h Original Equipment Supplier (OES)

i. i. Authorization from OEM (attested by Public Notary) ii. Any statutory valid document confirming the

“Manufacturer” status of the Principal (OEM) (attested by Public Notary) i Original Parts Manufacturer Any statutory valid document confirming the

j. “Manufacturer” status of the Bidder(attested by Public Notary)

j Authorized agent/ dealer/ distributor of Original Parts Manufacturer

i. Authorization from OEM ( attested by Public Notary) ii. Any statutory valid document confirming the “Manufacturer” status of the Principal (OPM) (attested by Public Notary)

(10)

Page 10 of 37

NOTE: The certificate in respect o f NSIC R egist r at ion , Micro / Small Enterprises [MSE] Registration, SSI Registration, DGS&D Registration, ISO, BIS License and DGMS approval must be valid on the date of tender opening.

8(B) Provenness Criteria [Ref. Clause No.5(B) of NIT] : Any one of the following specified documents depending on the alternative Provenness criteria selected by bidders :

Sl

No.

Alternative Provenness Criteria

Scanned copy of documents(Self certified and attested

by Notary public) to be uploaded by bidder in support of

Provenness Criteria

i

The bidder should be the

Original Equipment Manufacturer

(OEM) for the equipment in which

the tendered consumables are to

be fitted.

No Documents required.

ii

The bidder should be authorized

Selling Agent/Dealer/Distributor

of

the

Original

Equipment Manufacturer (OEM)

for the equipment in which the

tendered consumables are to be

fitted.

Valid tender specific authorization from OEM

iii

The bidder should be the

Manufacturer w h o s e p r o d u c t s

a r e

u s e d

b y

original

e q u i p m e n t manufacturer of the

tendered in which the tendered

consumables items are to be fitted

Bidders to submit Notarized & legible copy(s) of Purchase

orders in support of proof of having supplied to OEM or

Notarized copy of trade agreement of the OEM with them for

the tendered items

iv

The bidder should be authorized

Selling Agent/Dealer/Distributor

of the Manufacturer w h o s e

p r o d u c t s a r e u s e d b y original

e q u i p m e n t

manufacturer

in

which the tendered consumables

items are to be fitted.

(i)

Valid tender specific authorization from OPM

and

(ii)

Documents as required against (iii) to establish the

bidder’s principal as Manufacturer w h o s e p r o d u c t s

a r e u s e d b y original e q u i p m e n t manufacturer of

the tendered in which the tendered consumables

items are to be fitted

(11)

Page 11 of 37

v

Manufacturers whose products are

already in use successfully in CIL /CIL

subsidiaries

/PSU/Govt/Semi

Govt

Organization

Bidder has to submit Copy(s) of valid rate contract / firm

order copy for the tendered item(s) or similar items of higher

specifications issued by CIL or subsidiaries HQ of CIL

/PSU/Govt/ Semi Govt. Organization for not less than six ( 06)

months and more than seven ( 07) years old uniformly from

the date of opening of tender”.

The copies of Rate Contract or Firm Order shall not

be less than 25% of the tendered quantity in respect

of each offered item of the bid for confirming their

Provenness.

In case the tenderer submit order copy/copies of

similar item of higher specifications then the tenderer

shall have to submit copy /copies of Rate Contract or

Firm Order to the extent of minimum 25% of the total

tendered quantity(covering all tendered items) of the

bid.

The tenderer shall have to submit an undertaking under

affidavit that “The items covered under supply order, enclosed

with their offer, have been successfully executed”.

However, Tenderers who are Ancillary Unit of CCL falling

under (iii) shall have to furnish relevant documentary proof for

successfully executed & accepted CCL’s Trial Order or Firm

Order for their Ancillarised items for consideration of Eligibility

Criteria.

Note:

(a) Tenderers claiming authorization of foreign principal shall

have to give specific authorization for CCL in original, clearly

specifying the nature and period of authorization/agreement.

(b). Copies of Purchase Orders submitted beyond and below

the specified period will not be considered.

(c) Firms will have to submit Notarised & authenticated copies

of all the relevant documents, as indicated above.

8(C ):Other Eligibility criteria: The following specified documents a s a p p l i c a b l e are to be u p l o a d e d by bidders:

Sl.

No. Other Eligibility Criteria

Uploaded Documents

1 Affidavit/Undertaking (On letter head of bidder) as per Annexure –C

Upload digitally signed scan copy of the Annexure-C .

2 Information as per Annexure-D Upload digitally signed scan copy of the Annexure on the letter head of the bidder duly filled (typed)

3. Excise Registration Number / Excise Registration Exemption Certificate (Ref .Clause No. 5 (C ) Applicable only for Indian Bidder & in case the tendered item is Excisable/eligible for CENVAT credit)

N.B:- The bidder possessing Excise Registration Number is required to mention the same in Cell N-4 in “Sheet for Domestic Bidder “ of BOQ & in Annexure -D

Excise Registration Exemption Certificate/An undertaking from marketing outlet, that they shall provide Excise Invoice of their manufacture containing the name of CCL as consignee/ An undertaking from MSME’s firm that their turnover is within exemption limit, further certifying that the quoted item/s will not attract payment of excise duty.( (Upload digitally signed Scan copy of Notorized document)

(12)

Page 12 of 37

4. VAT/Sales Tax Registration exemption /concessional certificate

(Ref. Clause No.5(D) & 1 1 ( A ) o f , S a l e s T a x of NIT)

Applicable only for Indian Bidder

If the bidder is exempted from paying Sales Tax or eligible to pay Sales Tax at a lower rate than the national rate, valid documentary evidence is to be submitted

(Upload digitally signed Scan copy of Notorized document)

5. Digital Signature Certificate (DSC) If the bidder himself is the DSC holder bidding on- line then no document(Authorization/Letter of Authority) is required.

However, if the DSC holder is bidding online on behalf of the bidder the Power of Attorney or authorization as mentioned at Clause no. 7 to bid on b e h a l f of bidder is required. (Upload digitally signed Scan copy of Notorized document)

6. a)Documents for availing benefits under Micro Small and Medium Enterprise Act’2006 (If applicable)

b) In case MSE is owned by SC/ST entrepreneurs

a)Registration certificate with the authority of the State Government under the provisions of Micro and Small Enterprises (Upload digitally signed Scan copy of Notorized document)

b) If yes , Valid Documentary evidence in support of their such claim (Upload digitally signed Scan copy of Notorized document)

7. Documents for Foreign Principal involving Indian Agent (Applicable only for Foreign bidder quoting bid in currency other than INR)

a) Copy of the agency agreement if any with foreign principal stating precise relationship between them and their mutual interest in the business.

b)Copy of its registration with Director General of Supplies & Disposal (DGS&D), New Delhi under Compulsory Registration of Ministry of Finance , In case tendered item fall under the restricted list of current import policy of Govt. of India,

c) Self authenticated copy of Foreign Principal’s pro-forma invoice or any other authentic documents indicating the commission payable to the Indian Agent, nature of service to be rendered by the Indian Agent etc.

(Upload digitally signed Scan copy of Notorized document)

D. Technical Specification P a r a m e t e r s [Ref. Clause No.6 of NIT] : All the following specified documents are to be produced by bidders :

Item Sl No

Technical Specification Parameter

Scanned copy of documents(Self certified and attested by Notary public)

1 (i)Notarized and self authenticated copy(ies) of supply order(s) for

Coal tub Wheel & Axle of tendered / higher than tendered specification as per provenness criteria.

(ii)An Undertaking under affidavit on Non-judicial Stamp paper that “the items covered under supply order enclosed with their offer have been successfully executed.

9. Bid Validity: The validity period of the tenders shall be minimum 180 (one hundred eighty days from the end date of submission of bid.

The b i d d e r shall n o t , d u r i n g the said period or within the period extended by mutual consent, revoke or cancel his tender or alter the tender or any terms/conditions thereof without consent in writing of the company.

(13)

Page 13 of 37

10. Consignee & Paying Authority Details :

Consignee details

(Place of delivery of materials)

Paying Authority

The Depot Officer,

Central Stores, Barkakana, CCL, District : Ramgarh, Jharkhand.

The Area Finance Manager (CWS/CS), CCL, Barkakana,

At & P.O. Barkakana, Distt. Ramgarh (Jharkhand).

11. Prices :-(Please refer to clause 7j also)The Price to be quoted shall be “FIRM” price and in case of order, shall remain “FIRM” till complete execution of the order. In case, against “FIRM” price any variable price is offered such offers shall be rejected without notice.

(A) FOR DOMESTIC BIDDERS: [The Indian bidder must quote their unit rates in Indian Rupees only ]

The safe arrival of stores at destination shall be the responsibility of the supplier. Prices quoted must be FIRM till delivery, otherwise the offer will be rejected. The bidders should normally quote their unit rate on FOR (Free on Road/Rail) destination basis as per the requirement of BOQ (Sheet for Domestic Bidder) with break-up e.g. (i) Basic Ex-works Price (ii), Packing & Forwarding Charges if any (iii)Freight, Insurance, Installation Charge applicable if any Excise duties : :( refer Clause 8.C for furnishing information / uploading of relevant documents).

i. Excise duty if applicable & payable extra: The bidders are required to quote the prevailing rate in %, in column “ J “ of the BoQ.

In case the rate of Excise Duty varies with the turnover of the company, and the price is exclusive of Excise Duty, and the bidder fails to specify the exact rate applicable, the maximum rate currently leviable will be loaded/ entered in the column “J” of BoQ for evaluation.

ii. If the item/s attracts ED on the quoted Price but ED is applicable on the assessable value :- In such case the quantum of such ED in absolute value/ amount eligible for CENVAT benefit which is included in the basic price should be entered in column “ K “ of BoQ.

Refund / Credit, if any, obtained shall be passed on to the buyer which shall be certified by the auditor of the supplier. iii If bidder is exempted from paying Excise Duty, the same must also be confirmed with valid documentary evidence, self attested & notorized copy of which should be submitted (uploaded & attached) with offer. ( Refer - clause 8.C-1). Notification number should be indicated.

N.B : In case the Excise duty is presently NIL / EXEMPTED and becomes applicable at a later date during the execution of the contract, the applicable ED will be borne by the Vendor.

CENVAT Credit: - In case CCL is eligible for CENVAT Credit, at the time of evaluation of tenders to arrive the lowest landed rate quoted, the amount of Excise Duty including education Cess towards CENVAT credit will be deducted from the landed cost for evaluation of tender and for deciding the L1 status.

For this it is necessary that Excise cum Tax Invoice is submitted by the firms ( Indian manufacturer or their authorized selling agent, dealer, distributer ) wherein the amount of excise duty, education cess and secondary & higher education cess at applicable rates are shown separately in all the Excise cum Tax Invoice raised by the suppliers so that CCL is able to claim CENVAT credit on admissible inputs and capital goods.

In case of indigenously manufactured goods if the offer is submitted by an authorized marketing outlet which is not registered with Excise Department, they have to submit the Excise Invoice issued by the manufacturer containing the name of CCL as consignee.

(B) For Indian selling agent, dealer, distributer authorized by foreign manufacturer) In case of imported stores, where the supplier is to arrange importation and paying customs duties etc. the rates quoted will be on FOR Destination basis and the safe arrival of the consignment from the country of origin dispatched to the destination will be of supplier responsibility. In that case Sales Tax and Statutory Local Levies (if any) will be payable extra as applicable. No Excise duty will be payable. The bidders should quote their unit rate on FOR (Free on Road/Rail) destination basis as per the requirement of BOQ (Sheet for Domestic Bidder) with break-up e.g. (i) Basic Ex-works Price , (ii) CVD & SAD included in Basic Price (iii), Packing & Forwarding Charges if any (iv)Freight, Insurance, Installation Charge applicable if any CENVAT Credit: :( refer Clause 8.C for furnishing information / for uploading of relevant documents). In case CCL is eligible for CENVAT Credit on admissible inputs and capital goods ,the set-off value (equal to ED/CVD, Custom Cess &

SAD) of CENVAT credit will be offset from the landed price for ascertaining the L-1 status of the firms.

For this, if the Bill of Entry is not in the name of CCL, the Indian agent / dealer passing the credit should be registered

with Central Excise Department and will raise Excise Cum Tax Invoice as per Excise rule, so that CCL is able to claim CENVAT credit on admissible inputs and capital goods.

(14)

Page 14 of 37

Service Tax :

The applicable Service Tax on Freight, Insurance & Installation Charges should be quoted separately in designated columns of BOQ. CENAVT credit benefit as admissible shall be availed by CCL. Such amount will be offset from the landed price for ascertaining the L-1 status of the firms

Sales Tax :Refer Clause 8.C for furnishing information /uploading of relevant documents by Indian Bidders ).

a.VALUE ADDED TAX (VAT):In case of supplies where VAT is applicable, bidder should quote the rate of VAT applicable. The

vendor should submit the Tax Invoice along with the supplies and CCL will avail Input Tax credit (ITC) as per the VAT rules. The set- off of ITC will be considered as per its admissibility while evaluation of bids for comparison and ascertaining the L1 status of the firms.

b.CENTRAL SALES TAX: Concessional CST is applicable for the tendered items a n d form “C” will be issued by CCL

to the Supplier. CentralSales tax as applicable for tendered item should be quoted. If the bidder is exempted from paying CST or paying CST at a lower rate than the national rate, notarized copy of valid documentary evidence is to be submitted (refer 8.C-2).

N.B : (1) In case a tenderer does not specify the basis of price or quotes on Ex-Works or FOR Dispatching station basis, the price will be loaded in the following manner:

a) In case of works offer and if the firm does not specify the packing and forwarding charges, 2% (two percent) of the Ex-works price will be loaded to arrive at the FOR Despatching station price. Insurance charges shall be considered as per the existing transit insurance contract concluded by CCL.

b) In case of FOR Despatching station offer, the following percentage shall be added to arrive at the FOR destination price, as element of estimated freight up to destination

Approx. distance of dispatching station from site % of FOR Despatching station price

Above 2001 kms 5%

1501 to 2000 kms 4%

1001 to 1500 kms 3%

501 to 1000 kms 2%

500 kms and below 1%

However, if the firm quotes the exact amount of freight or packing and forwarding charges, the same shall be added in place of the above percentage amount.

(2)Submission of JVAT404 form : In case of supply from the firms classified under clause 3( exemption of EMD) who are presently exempted from depositing Security money, An undertaking is required to be submitted to the effect that, the required form JVAT 404 will be submitted within three months from the end of the relevant financial year.

(3) TRANSPORTAION :It is incumbent on the supplier to transport the contracted materials/supplies through registered

common carriers only and documentation should be done as per provision of the carriage by Road Act, 2007. Any transportation of goods through unregistered common carries is illegal."

12. Taxes and Duties: In case of any increase in Taxes and Duties after the last date of submission of bid and up to the stipulated delivery period, the same shall be reimbursed by the Company on production of documentary evidence in support of payment actually made to the concerned authorities. In case of any increase in Taxes and Duties after expiry of the stipulated delivery period, such increase will be borne by the Supplier. In case of any decrease in Taxes and Duties after the last date of submission of bid and up to the delivery period (stipulated/extended), the same shall be recovered from the Supplier.

13 Entry Tax: The p r e s e nt applicable rate of Entry tax for the tendered items is NIL at present

14. Delivery Schedule: To commence within 2 (two) months of receipt of purchase order , with first consignment of at least 100 sets, there after a monthly rate of supply of minimum 200 sets per month.

N.B (i) The bidder should be in a position to supply in the delivery period specified above at least 25% of the

total quantity for which the bid has been issued. Offers from bidders who fail to comply with the above

qualification criteria shall be considered unresponsive. That means, the offered quantities should not be less

than 25% of the tendered quantities.

(ii)

Materials should not be supplied after expiry of scheduled Delivery Period. However, after

expiry of delivery period supplier may request the order placing authority for extension of delivery

period a n d materials to be supplied only after getting extension of delivery period.

15. Guarantee /Warrantee:

Materials shall have Guarantee/Warranty for satisfactory performance for a period of 12 months from the date of commissioning or 18 months from the date of receipt and acceptance of materials by the consignee. You shall be responsible for any defects that develop under the conditions provided for by the contract and under proper use, arising from faulty materials, design on workmanship and should remedy such defects at your own cost when called upon to do

(15)

Page 15 of 37

so. If it becomes necessary, you shall have to replace or renew any defective portion of the goods and such replacement or renewal should be made by you without any extra cost to CCL.

16. Identification Mark : Manufactures must give identification mark with respect to the following information. Each Wheel shall have cast to the back of the flange, the following information.

(i) Manufacturer identity.

(ii) The letter “C” indicating carbon steel casting. (iii) Word “CCL” 2015 (year of manufacturing).

The identification marks of the manufacturer must be clearly embossed on each of the wheel at a visible place which is not subject to normal wear and tear for convenience of identification at any time.

17. Security Deposit:: The successful tenderer will be required to deposit Security Money equivalent to 10% of the value of the awarded contract (landed value) without having any ceiling, in the form of Demand Draft or irrevocable Bank Guarantee issued by any scheduled Bank in the prescribed format (as given in the NIT at Annexure-E), within 15 days from the date of receipt of Supply Order. The Bank Guarantee submitted towards Security Money shall be valid for a minimum period of 3(three)months beyond the stipulated delivery period. Failure to deposit the required Security Money within the specified period shall entail cancellation of Supply Order and the case shall be processed to order elsewhere and the firm’s performance is to be kept recorded for future dealing with them.

The Security Deposit shall be refunded within 30 days of satisfactory execution of the contract. For unsatisfactory performance and/or contractual failure, the S e c u r i t y Deposit shall be forfeited. In case of extension of the delivery period the validity of Bank Guarantee submitted towards Security Deposit shall be suitably extended to cover the required validity period of 3(three)months beyond the extended delivery period.

EXEMPTION OF SECURITY DEPOSIT: All the firms / tenderers who have qualified for the exemption of EMD( Except MSE firms) and having submitted (uploaded & attached) the required documents shall also be exempted from furnishing the Security Deposit, if validity of such certificate is sufficient to cover security period. If validity of the certificate expires after opening of the tender and document in support of extension of validity is not submitted by the firm, they shall not be considered for exemption and will have to submit Security Deposit as above, which shall be incorporated in the supply order in the event supply order is placed on the firm.

However, in case of NSIC registered firms, the exemption of the security deposit shall be only up to their monetary limit, if any, indicated in the registration certificate. In case the value of order placed is above such monetary limit indicated in the registration certificate, the successful tenderer shall have to furnish the Security Deposit for 10% of order value over such monetary limit.

Note : In case of a vendor development tender / Trial tender, there is no exemption to any bidder from depositing security money.

Security Money may be converted into performance bank guarantee (PBG) (wherever PBG is required as per the contract). However, in such case the amount of PBG should not be less than 10% (ten percent) of the landed value of the order. The complete Postal address, Telephone Number, FAX Number and e-mail address of both the outstation issuing Bank as well as the local operating branch should be mentioned on the Bank Guarantee.

18.Performance Guarantee: Applicable

The successful tenderer will be required to deposit Performance Guarantee equivalent to 10% of the value of the awarded contract for in the form of irrevocable Bank Guarantee issued by any scheduled Bank in the prescribed format (as given in the NIT at Annexure-E), before supply of each item. The Bank Guarantee submitted towards Performance Guarantee shall be valid for a p e r i o d o f 2 1 M o n t h s .

Security Money may be converted into Performance Guarantee by extending the validity of Bank Guarantee. In case the successful tenderer wants to convert their “Bank Guarantee for Security Deposit” into Performance Guarantee, the validity of Bank Guarantee for Security Deposit should be suitably extended to cover the required validity period of ninety days beyond the stipulated warranty period.

The Performance Bank Guarantee shall be released within 30 days of expiry of warranty period, if no claim is pending. For unsatisfactory performance and/or contractual failure, the Performance Guarantee shall be forfeited.

In case the validity period of the above Bank Guarantee needs extension the same shall be extended for a minimum period of three (03) months.

To arrive at the value of the Performance Bank Guarantee, the order value should be calculated as per the following guidelines:

(16)

Page 16 of 37

A) For Indigenous Order -

For arriving at the value for Performance Bank Guarantee to be submitted for Indigenous Orders, the order value will be arrived at by adding all the Taxes & Duties applicable, such as Excise Duty, Sales Tax, etc. to the FOR Destination Price of the materials on order as applicable on the date of opening of price bid.

B) For Import Order -

For arriving at the value for Performance Bank Guarantee to be submitted for Import Orders, the order value will be arrived at by adding estimated amount of Freight, Insurance, Port Charges and Customs Duty etc. as applicable on the date of opening of price bid, to the FOB Price of the materials on order.

The Performance Bank Guarantee for the above case (A) & (B), shall be released after expiry of validity period if no claim is pending.

“The PBG will be released after successful completion of Performance guarantee period/criteria. On completion of Performance guarantee period/criteria, the firm should submit a written request to the supply order signing authority for release of PBG” 19. Inspection Clause:

a. Initial Inspection/ Pre dispatch inspection: Not Applicable

Stage/Pre-dispatch inspection will be carried out by M/s. CMPDIL/CCL’S NOMINATED AGENCY as per their methodology for contracts on FOR destination basis. No Pre-dispatch inspection will however be applicable in case of FOB contracts.

a)Stage/Pre-dispatch inspection will be carried out by M/s. CMPDIL/CCL’S NOMINATED AGENCY as per their methodology. In brief the scope and conditions of the Inspection will be as follows: -

b)Checking and approval of test procedures/quality assurance plans. c)Verification of records and documentation of vendor works inspection.

d)Verification of documents and test certificate of bought out items and cross checks.

e)Provide the facilities for carrying out all tests as required in specifications of vendors works else these will be carried out at independent test house if considered so necessary by CMPDIL/CCL’S NOMINATED AGENCY at vendors cost.

f)Final testing and checking as per specifications.

g)CMPDIL/CCL’S NOMINATED AGENCY will have full and free access to the place of the supplier / manufacturer during process of manufacturing and during inspection activities.

h)Inspection fee @ 1% of the FOR Destination price plus Service Tax as applicable is to be paid to CMPDIL/CCL’S NOMINATED AGENCY in advance by demand draft along with inspection call letter, which will be reimbursed by CCL along with consignment billing.

i)Minimum 15 days clear notice shall be given by the manufacturer/suppliers to CMPDIL/CCL’S NOMINATED AGENCY for arranging inspection within valid delivery period as per contract.

FINAL INSPECTION: Final Inspection of the consignment shall be carried out at the destination stores, which will be

arranged by the consignee on receipt of stores. 20. PAYMENT TERMS:

A. PAYMENT TERM FOR EQUIPMENT:

Payment Terms for indigenous bidders:

a) 80%value of each equipment and the accessories and 100% Excise duty and full concessional ST/CST along with 100% transportation & Insurance charges will be paid within 21 days after delivery of the equipment and receipt and acceptance of performance bank guarantee. The equipment should be accompanied with relevant dispatch documents like Challan, Maker’s Test Cum Inspection Certificate Warranty Certificate, Pre dispatch inspection certificate wherever applicable etc. (b) Balance 20%payment shall be made within 21 days of successful completion of erection testing, commissioning and final acceptance of the equipment (along with accessories) at site upon presentation of a certificate from the project Officer the effect that the equipment has been erected and commissioned to their entire satisfaction.

NO OTHER PAYMENT TERMS WILL BE ACCEPTED. No payment will be made for supply of incomplete equipment.

In case of ancilliary units of CCL for ancilliarised items, the ancilliary payment terms will be applicable as per CCL norms and paying authority will be GM(Fin), CCL, HQ.

“Payments will be made through e-payments system only” Authorization of all payments through Electronic Fund transfer system/RTGS/CBS/Intra bank Transfer is to be furnished as per the prescribed format in Annexure-“F”

References

Related documents

Make sure that you charge the battery for at least 18 hours using the enclosed Power Wheels ® 12 volt charger before.. operating your vehicle for the

Results suggest that the probability of under-educated employment is higher among low skilled recent migrants and that the over-education risk is higher among high skilled

KOLOKVIJI akad. god. 2009./10.    A1 – 30.11.2009.  1. Što nije ogranak a.basilaris: a.comunnicans posterior 

Acknowledging the lack of empirical research on design rights, our paper wishes to investigate the risk of piracy and the perceptions of the registered and unregistered design

Proprietary Schools are referred to as those classified nonpublic, which sell or offer for sale mostly post- secondary instruction which leads to an occupation..

Ovarian Expression of Insulin-Like Peptide 3 (INSL3) and Its Receptor (RXFP2) During Development of Bovine Antral Follicles and Corpora Lutea and Measurement of Circulating INSL3

The effect of the satellite link on group call setup can be analyzed as before by using the messages exchanged over the ISI and the A-bis interfaces, but unlike individual calls we

2.11.1 Pursuant to paragraph 2.1 the tenderer shall furnish, as part of the tender, documents establishing the tenderers eligibility to tender and the