ASRS Upgradation

download ASRS Upgradation

of 34

Transcript of ASRS Upgradation

  • 8/13/2019 ASRS Upgradation

    1/34

    Page 1of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    NationalCompetitiveBid(NCB)

    StandardBiddingDocument(SBD)(ProcurementofGoodsandServices)

    BHARATIYARESERVEBANKNOTEMUDRANPRIVATELIMITED(WhollyownedSubsidiaryofReserveBankofIndia)

    NoteMudranNagar,Mysore570003

    Phone:0821

    2582905,

    2582915,

    2582925

    FAX:0821 2582099Website:www.brbnmpl.co.in

    Email:[email protected]

    SecurityClassification:NonSecurity(Machinery)

    TENDER DOCUMENT FOR UPGRADATION OF EXISTING SOFTWARE AND RELATED

    HARDWARE OF AUTOMATIC STORAGE AND RETRIEVAL SYSTEMS (ASRS) 1 SET EACH

    FOR MYSORE AND SALBONI PLANTS.

    Tender No: 071 /MYS/MAINT (P)/2013-14 Date : 18/10/2013

    This tender document contains 34 pages

    The tender document is sold to:

    M/s. _____________________________________________________________

    Address __________________________________________________________

    Details of Contact person in BRBNMPL regarding this tender:

    Name: H.V. Neerajakshappa, Designation: Assistant General Manager

    Address: BHARATIYA RESERVE BANK NOTE MUDRAN PRIVATE LIMITED

    (Wholly owned Subsidiary of Reserve Bank of India)

    Note Mudran Nagar, Mysore 570003, Karnataka State, India.

    Phone: 0821-2469009

    Fax : 0821-2582885

    Email: [email protected]

  • 8/13/2019 ASRS Upgradation

    2/34

    Page 2of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    List of Contents

    Section I: Notice Inviting Tender (NIT) Enclosed

    Section II: General Instructions to Tenderers (GIT)

    To be downloaded from website:

    www.brbnmpl.co.in underDownloads Section.

    Part I:General Instructions applicable to all types

    of Tenders

    Part II:Additional General Instructions applicable

    to specific types of Tenders:

    Section III: Special Instructions to Tenderers (SIT) Enclosed

    Section IV: General Conditions of Contract (GCC)

    To be downloaded from website:

    www.brbnmpl.co.in under

    Downloads Section

    Section V: Special Conditions of Contract (SCC) Enclosed

    Section VI: List of Requirements Enclosed

    Section VII: Technical Specifications Enclosed

    Section VIII: Quality Control Requirements Enclosed

    Section IX: Qualification / Eligibility Criteria Enclosed

    Section X: Tender Form Enclosed

    Section XI: Price Schedule Enclosed

    Section XII: Questionnaire Enclosed

    Section XIII: Bank Guarantee Form for EMD

    To be downloaded from website:www.brbnmpl.co.in under

    Downloads Section

    Section XIV: Manufacturer's Authorization Form

    Section XV: Bank Guarantee Form for Performance Security

    Section XVI: Contract Form

    Section XVII: Letter of Authority for attending a Bid Opening

    Section XVIII: Shipping Arrangements for Liner Cargoes

    A. In Respect of C&F CIF Turnkey / F.O.R.

    Contracts For Import

    B. In Respect of F.O.B. / F.A.S Contracts For

    Imports

    Section XIX: Proforma of Bills for Payments

    Section XX Pre-Contract Integrity Pact Enclosed

    Please read the instructions given in Page No. 5 of this tender, regarding guidelines for filling up and

    submitting Two-Part bid carefully. Please contact us for any clarification.

  • 8/13/2019 ASRS Upgradation

    3/34

    Page 3of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    Section I: Notice Inviting Tender (NIT)

    BHARATIYARESERVEBANKNOTEMUDRANPRIVATELIMITED(WhollyownedSubsidiaryofReserveBankofIndia)

    NoteMudranNagar,Mysore570003

    Phone:08212582905,2582915,2582925

    FAX:0821 2582099Website:www.brbnmpl.co.in

    Email:[email protected] No: 071 /MYS/MAINT (P)/2013-14 Date : 18/10/2013

    1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods andservices:

    Schedule

    No.

    Brief Description of

    Goods / Services

    Quantity (with

    unit)

    Earnest Money

    (in Rs.)

    Remarks

    1

    Design, Supply,

    Installation &

    Commissioning, for up-

    gradation of existingsoftware and related

    hardware of Automatic

    Storage and Retrieval

    System (ASRS)

    02 sets

    (01 set for

    Mysore Plant and01 set for Salboni

    Plant)

    3.2 Lakhs

    Detailed

    specification isgiven in Section-

    VII

    Type of Tender (Two Bid / PQB / EOI /

    RC / Development / Indigenization /

    Disposal of Scrap / Security item etc.

    Two Bid System

    Part I Techno-commercial bid

    Part II Financial/Price Bid

    Date of Sale of tender documents From 18/10/2013 to 20/11/2013 during office

    hours

    Price of the Tender Document ` 500/- (Rupees Five hundred only)

    Place of sale of tender documents Maintenance division, Bharatiya Reserve BankNote Mudran Private Limited, Note Mudran Nagar,

    Mysore 570003

    (OR)

    can be downloaded from our website

    www.brbnmpl.co.in, in which case Price of tender

    document should be enclosed along with your offer.

    Closing date and time for receipt of tenders 20/11/2013 at 14.30 hours

    Place of receipt of tenders Administrative Building, Bharatiya Reserve Bank

    Note Mudran Private Limited, Note Mudran Nagar,

    Mysore 570003.

    Time and date of opening of tenders 20/11/2013 at 15.00 hours

    Place of opening of tenders Administrative Building, Bharatiya Reserve BankNote Mudran Private Limited, Note Mudran Nagar,

    Mysore 570003.

    Nominated Person / Designation to Receive

    Bulky Tender (Clause 21.21.1 of GIT)

    Assistant General Manager (Plant Maintenance),

    Bharatiya Reserve Bank Note Mudran Private

    Limited, Note Mudran Nagar, Mysore 570003.

  • 8/13/2019 ASRS Upgradation

    4/34

    Page 4of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    2. Interested tenderers may obtain further information about this requirement from the above office selling

    the documents. They may also visit our website mentioned above for further details.

    3. Tender documents may be purchased on payment of non-refundable fee of ` 500/- (as mentioned on first

    page of NIT) per set in the form of account payee demand draft/ cashier's cheque / certified cheque,

    drawn on a scheduled commercial bank in India, in favour of Bharatiya Reserve Bank Note Mudran

    Private Limited Payable at Mysore.

    4. If requested, the tender documents will be mailed by registered post/ speed post to the domestic tenderers

    and by international air-mail to the foreign tenderers, for which extra expenditure per set will be` 100/-

    for domestic post and` --(will be fixed based on actuals) for international air-mail. The tenderer is to

    add the applicable postage cost in the non-refundable fee mentioned in Para 3 above.

    5. The tender document can also be downloaded from our website (www.brbnmpl.co.in) in which case the

    non-refundable cost of the tender form in the form of DD should be submitted in the cover containing

    Earnest Money Deposit. The Techno-commercial offer of the tenderers who do not submit the cost of the

    Tender Document downloaded from the website shall be liable for rejection.

    6. Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects as per

    instructions contained in the Tender Documents, are dropped in the tender box located at the addressgiven below on or before the closing date and time indicated in the Para 1 above, failing which the

    tenders will be treated as late and rejected.

    7. In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchase

    organisation, the tenders will be sold / received / opened on the next working day at the appointed time.

    8. The tender documents are not transferable.

  • 8/13/2019 ASRS Upgradation

    5/34

    Page 5of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    Guidelines for two part bid (Part-I - Techno-commercial bid, Part-II - Financial bid / Price

    bid) system.

    The first partof tender is Techno-commercialbid and the second partis Price bidoffer.

    PART I: The first sealed cover should contain TECHNO-COMMERCIAL offer (SECTION II toX, XII to XIX), duly filled & signed compliance statement as mentioned in Annexure-A of section

    VII and duly filled and signed Pre-Contract Integrity pact as per Section XX of the tender, along

    with the required documents, technical offer, proposed system details etc., EMD of 3,20,000/-

    (Rupees Three lakh twenty thousand only), in the form of Demand Draft & cost of tender form (if

    downloaded from our website) of 500/- (Rupees Five hundred only), in the form of Demand

    Draft, favoring BRBNMPL payable at Mysore. The sealed envelope should be super-scribed

    Part-I : Techno-commercial bid against Tender No : 071/MYS/MAINT(P)/2013-14 for Design,

    Supply, Installation and commissioning for upgradation of existing software and related

    hardware of Automatic Storage and Retrieval Systems (ASRS) 1 set each for Mysore and

    Salboni

    PART II : The second sealed cover should contain only FINANCIAL BID (SECTION XI) super-scribing Part-II : Price Bid against Tender No : 071/MYS/MAINT(P)/2013-14 for Design,

    Supply, Installation and commissioning for upgradation of existing software and related

    hardware of Automatic Storage and Retrieval Systems (ASRS) 1 set each for Mysore and

    Salboni

    Offer will be rejected if the financial bid is submitted in open condition with Techno-commercialbid offer.

    Both the above two sealed covers should be put in a third cover and sealed, super scribingTender No : 071/MYS/MAINT(P)/2013-14 for Design, Supply, Installation and commissioning

    for upgradation of existing software and related hardware of Automatic Storage and Retrieval

    Systems (ASRS) 1 set each for Mysore and Salboni, due on 20/11/2013 and should be

    addressed to The Director (Operations), BRBNMPL, Mysore-570003 so as to reach us on or

    before 14.30 hrs on 20/11/2013.

    Tenderer must understand the specifications and requirements before submission of their Bid.

    Tenderer may visit our Mysore and Salboni plants on any working day between 09.00 hours & 16.00

    hours, with prior appointment, to understand our requirement before submitting their offer.

    The tenderer shall satisfy BRBNMPL that they are competent and authorized to submit tender and/or

    to enter into a legally binding contract with the BRBNMPL. To this effect, any person giving a tender

  • 8/13/2019 ASRS Upgradation

    6/34

    Page 6of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    shall render documentary evidence that his signature on the tender submitted by him is legally

    binding upon himself, his firm or company as the case may be.

    The first sealed cover containing Techno-commercial offer (Part-I) only will be opened on the due

    date of opening i.e. on 20/11/2013 at 15.00 hours.

    Offers received against this Techno-commercial offer shall be scrutinized in the technical evaluation.

    The second sealed cover containing the Price bid (Part-II) of only the Techno commercially qualifiedbidders will be opened at a later date which will be intimated to the short listed parties.

    The second sealed cover containing Price bid (Part-II) of un-qualified parties in Techno-commercial

    offer, will be returned back to them in unopened condition.

    EMD of the unsuccessful bidders will be returned after finalization of the tender.

    Last date and time of submission of sealed offer (ref. Guidelines given above) : 14.30 hours on or

    before : 20/11/2013.

    Date and time of Opening of Techno-commercial offer: at 15.00 hours on: 20/11/2013.

    Date of opening of Price bid offer: Will be intimated at a later date.

    Yours faithfully,

    For and on behalf of BRBNMPL, Mysore

    -Sd-

    (S.Thalikerappa)

    Dy.General ManagerFor & on behalf of BRBNMPL,

    Note Mudran Nagar,

    Mysore 570003

    Telephone: 0821-2582497

    Email: [email protected]

    Encl: Part-I Techno-commercial bid

    Part-II Price Bid

    IMPORTANT NOTE: OFFERS SUBMITTTED NOT IN LINE WITH THE ABOVE GUIDELINES WILL BE LIABLE

    FOR REJECTION. Please contact us for clarification, if any.

    (To be signed & stamped and submitted along with Techno-commercial Bid Part I)

  • 8/13/2019 ASRS Upgradation

    7/34

    Page 7of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    PART-I TECHNO-COMMERCIAL BIDTENDER No : 071/MYS/MAINT(P)/2013-14 dated : 18/10/2013

    (SECTION II to X, XII to XX)

    Section II: General Instructions to Tenderers (GIT)

    This Section-II shall be downloaded from our website: www.brbnmpl.co.inunder the section Downloads

    and signed & stamped and to be submitted along with the Techno-Commercial Bid Part Ias acceptance

    of terms & conditions.

    (Offer submitted without the signed copies of Section-II shall liable to be rejected)

    (To be signed & stamped and submitted along with Techno-commercial Bid Part I)

  • 8/13/2019 ASRS Upgradation

    8/34

    Page 8of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    Section III: Special Instructions to Tenderers (SIT)

    TENDER No : 071/MYS/MAINT(P)/2013-14 dated : 18/10/2013

    The following Special Instructions to Tenderers will apply for this purchase. These special instructions will

    modify/ substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in

    Section II. The corresponding GIT clause numbers have also been indicated in the text below:

    In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the

    SIT shall prevail.

    (Clauses of GIT listed below include a possibility for variation in their provisions through Special

    Instructions to Tenderer (SIT). There could be other clauses in SIT as deemed fit.)

    Sl.

    No.

    GIT Clause

    No.Topic SIT Provision

    11,2,3,4,5,6,

    7

    PREAMBLE-Introduction, Language of Tender,

    Eligible Tenderers, Eligible Goods and Services

    (Origin of Goods), Tendering Expense, TENDER

    DOCUMENTS, Amendments to Tender Documents

    No Change

    2 8 Pre-bid Conference Not Applicable to this tender

    3 9 Time Limit for receiving request for clarification ofTender Documents No Change

    410,11,12,

    13,14,15

    Documents Comprising the Tender, Tender

    Currencies, Tender Prices, Indian Agent, PVC

    Clause & Formula, Alternative tenders

    No Change

    5 16Documents Establishing Tenderer's Eligibility and

    QualificationsNo Change

    6 17Documents establishing Good's Conformity to

    Tender documentNo Change

    7 18

    Earnest Money Deposit (EMD)

    Note: Bidders claiming exemption of EMD should

    submit the DGS&D (or) NSIC registrationcertificate without fail along with their techno-

    commercial offer.

    No ChangeNote : EMD in form of Bank

    Guarantee is not applicable forthis tender.

    8 19 Tender Validity

    No Change180 days from date of

    opening of tender.

    10 20

    Signing and Sealing of Tender

    Note: The following SIT provision is made with

    respect the following clause 20.4. Number of

    Copies of Tenders to be submitted: One copy only

    (duplicate copy not required) 20.9: E procurement:

    Not permitted.

    No Change.

    11 21,22,23 Submission of Tenders, Late Tender, Alteration andWithdrawal of Tender

    No Change

    12 24

    Opening of tenders

    Note: Please read the guidelines for filling up two

    part bid tender as mentioned in Page 4 above which

    is described in detail with respect to clause 24.4

    No Change

  • 8/13/2019 ASRS Upgradation

    9/34

    Page 9of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    13 25 Basic Principle No Change

    14

    26,27,28,

    29,30,31,

    32,33,34

    Preliminary Scrutiny of Tenders, Minor Infirmity /

    Irregularity / Non-Conformity, Discrepancy in

    Prices, Discrepancy between original and copies of

    Tender, Clarification of Bids, Qualification /

    Eligibility Criteria, Conversion of tender currencies

    to Indian Rupees, Schedule-wise Evaluation,

    Comparison on CIF Destination Basis.

    No Change

    15 35 to 49

    Additional Factors and Parameters for Evaluationand Ranking of Responsive Tenders, Tenderer's

    capability to perform the contract, Tenderer's

    capability to perform the contract, Cartel Formation

    / Pool Rates, Negotiations, Contacting BRBNMPL,

    AWARD OF CONTRACT, Award Criteria,

    Variation of Quantities at the Time of Award,

    Parallel Contracts, Serious Misdemeanors,

    Notification of Award, Issue of Contract, Non-

    receipt of Performance Security and Contract by

    BRBNMPL, Return of EMD, Publication of Tender

    Result.

    No Change

    16 50 to 55

    Rate Contract Tenders, PQB Tenders, Tendersinvolving Purchaser's and Pre-Production Samples,

    EOI Tenders, enders for Disposal of Scrap,

    Development / Indigenization Tenders

    Not applicable to this tender

    (To be signed & stamped and submitted along with Techno-commercial Bid Part I)

  • 8/13/2019 ASRS Upgradation

    10/34

    Page 10of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    Section IV: General Conditions of Contract (GCC)

    TENDER No : 071/MYS/MAINT(P)/2013-14 dated : 18/10/2013

    This Section-IV shall be downloaded from our website: www.brbnmpl.co.inunder the section Downloads

    and signed & stamped and submitted along with the Techno-Commercial Bid Part I as acceptance of

    terms & conditions.

    (Offer submitted without the signed & stamped copies of Section-IV shall liable to be rejected)

    (To be signed & stamped and submitted along with Techno-commercial Bid Part I)

  • 8/13/2019 ASRS Upgradation

    11/34

    Page 11of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    Section V: Special Conditions of Contract (SCC)

    TENDER No : 071/MYS/MAINT(P)/2013-14 dated : 18/10/2013

    The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses

    of General Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated

    below. These Special Conditions will modify / substitute / supplement the corresponding (GCC) clauses.

    Whenever there is any conflict between the provision in the GGC and that in the SCC, the provision

    contained in the SCC shall prevail.

    (Clauses of GCC listed below include a possibility for variation in their provisions through SCC. Therecould be other clauses in SCC as deemed fit)

    Sl.

    No

    GCC

    Clause No.Topic SCC Provision

    1 1 to 5Definitions; Interpretation and Abbreviations,Application, Use of contract documents and

    information, Patent Rights, Country of Origin

    No Change

    2 6 Performance Security No Change

    3 7 to 15

    Technical Specifications and Standards, Packingand Marking, Inspection and Quality Control,

    Terms of Delivery, Transportation of Goods,

    Insurance, Spare parts, Distribution of Dispatch

    Documents for Clearance/ Receipt of Goods

    No Change

    4 16Warranty Warranty will be applicable only

    for the components considered for

    upgradation.

    5 17& 18 Assignment, Sub Contracts No Change

    6 19Modification of contract No Change

    (Option clause is not applicable)

    7 20 & 21 Prices, Taxes and Duties No change

    8 22

    Terms and Mode of Payment

    22.1. Unless otherwise specified in SCC, usualpayment term is 100% on receipt and

    acceptance of goods by the Purchaser and on

    production of all required documents by thesupplier.

    Note: Bidders attention is invited to refer GCC

    clause No.6 (Performance Security) & Clause

    No.16 (Warranty )

    Clause No 22.2.3(b) is applicable.

    - 90% of Material cost on receipt of

    material at our stores and

    acceptance.

    - 10% of Material cost and 100% of

    Erection & Commissioning charges

    on completion of installation,

    commissioning and completion of

    FAT.

    9 23 to 35

    Delay in the supplier's performance, Liquidated

    damages, Custody and Return of BRBNMPLs

    Materials / Equipment / Documents loaned toContractor, Termination for default, Termination

    for insolvency, Force Majeure, Termination for

    convenience, Governing language, Notices, Codeof Ethics, Resolution of disputes, Applicable

    Law, Secrecy,

    No Change

    Place of the arbitration will beMysore / Bangalore.

    10 36 Disposal / Sale of Scrap by Tender Not applicable to this tender

    (To be signed & stamped and submitted along with Techno-commercial Bid Part I)

  • 8/13/2019 ASRS Upgradation

    12/34

    Page 12of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    Section VI: List of Requirements

    TENDER No : 071/MYS/MAINT(P)/2013-14 dated : 18/10/2013

    Schedule

    No.

    Brief description of goods andservices (Related specifications, scope

    of work etc. are in Section-VII)

    Accounting

    unitQuantity

    Amount ofEarnest

    Money

    01

    Design, Supply, Installation &

    Commissioning, for up-gradation of

    existing software and related hardware

    of Automatic Storage and Retrieval

    System (ASRS).

    Set

    02

    (Two)

    (one set each

    for Mysore and

    Salboni plants)

    ` 3.2 Lakhs

    Required Delivery Schedule: All equipments shall be delivered, installed and commissioned within 20

    weeks from the date of receipt of our Purchase order/ LOI/ Work order/Agreement, for both Mysore and

    Salboni plants.

    The final decision pertaining to placing of order will be at the sole discretion of BRBNMPL.

    Required Terms of Delivery, Destination and preferred mode of Transportation: F.O.R. - one set at

    BRBNMPL, Mysore and one set at BRBNMPL, Salboni, inclusive of delivery as per the specification and

    scope of work given in Section-VII and Price bid should be as per Section-XI.

    Address:1) BHARATIYA RESERVE BANK NOTE MUDRAN (P) LTD.,

    Note Mudran Nagar,

    Mysore 570003

    Karnataka.

    2) BHARATIYA RESERVE BANK NOTE MUDRAN (P) LTD.,

    P.O. RBNML, Salboni 721132,

    West Midnapore District,

    West Bengal.

    Mode of Transportation: As desired by the bidders which should be in a safe and secured manner.

    (To be signed & stamped and submitted along with Techno-commercial Bid Part I)

  • 8/13/2019 ASRS Upgradation

    13/34

    Page 13of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    Section VII: Technical Specifications & Scope of work

    TENDER No : 071/MYS/MAINT(P)/2013-14 dated : 18/10/2013

    SCOPE OF WORK AND SPECIFICATION FOR UPGRADATION OF EXISTING SOFTWARE

    AND RELATED HARDWARE OF AUTOMATIC STORAGE AND RETRIEVAL SYSTEM (ASRS)

    one set each for Mysore and Salboni Plants.

    I. Present system of operation:

    a) The Automatic Storage and Retrieval system (ASRS) was supplied and installed by M/s Godrej Efacec Automation & Robotics Ltd, Mumbai in collaboration with M/s Efacec, Portugal at

    our press to store and retrieve the water mark paper boxes.

    b) The system consists of input conveyors, Bar code label generation and printing unit, Profile checkingsystem, Online weighing system, Bar code reader, Stacking cranes, Racking Aisles and output

    conveyors.

    c) The entire function of input, storage, output and accounting is being automated through warehousemanagement system, server, hubs, operating terminal and PLC.

    d) The Warehouse management system runs through applications of Oracle in the back end and OpenVMS in the front end.

    e) The conveyors and robots (Stacking crane) are equipped with required geared motors, drives anddriven through OMRON PLC.

    f) The boxes received from the suppliers are fed on input conveyor.g) Bar coding label is generated through a computer terminal by entering details like supplier name,

    date of receipt, product details, etc and affixed on the box.

    h) Box moves through a profile checker, which checks dimension of box to confirm that dimension ofbox is in conformity with racking system. Any box, not matching to preset dimension will be

    rejected and moved to rejection conveyor.

    i) Weight of the box is checked at online weighing system and the boxes exceeding the weight ofsystem capability are being rejected and move to rejection conveyor.

    j) The rejected boxes moved to rejection conveyor can be re-fed after correction.k) The bar code scanner reads details of the bar code label on the box, communicates with ware house

    management system and assigns box in the next nearest position available in the racking system.

    l) The stacking crane picks up the box from lifting table and stores at the position as assigned.m)Parallely, the ware house management system updates stock position.n) In output mode, by giving data like number of boxes and product details, the boxes will be picked by

    stacker crane from respective location and delivered to output conveyor. The ware house

    management system updates the stock record.

    o) Boxes can be retrieved by First IN First Out (FIFO) or by supplier wise or by particular date ofsupply.

    p) There are slight changes in the layout of input and output conveyors of ASRS section both at Mysoreand Salboni plants.

  • 8/13/2019 ASRS Upgradation

    14/34

    Page 14of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    II. Requirement & Scope of work:

    a) To study and understand the present working procedure of the systems in detail.b) To develop warehouse software and hardware both in latest version of windows based open

    platform.

    c)

    At present, product menu recognize a box as single item and assigns a location. We would like tostore variety of items inside the single box of same size and store at one location. The new system

    should have a sub menu to show list of the items available in each box. On the other hand, by giving

    the part number or ID number of the item, system should show location and box in which it is stored.

    When we wish to draw any item from the list, the respective box has to be delivered at output

    conveyor, by giving the part number/ID and box has to be relocated in the same place after picking

    the ordered item. Stock position of the item also has to be updated accordingly.

    d) To include above requirement and to have latest version of Warehouse Management System,required software along with hardware like server, hubs and operating terminals are to be developed.

    e) On line Bar code labeling station has to be modified to check the weight of only the box / bin withitems / spares and not for normal boxes. Whenever the box /bin with items /spares is sent of ASRS

    its weight is to be recorded on line near barcode in database. Whenever the box / bin with items

    /spares is retrieved from ASRS, same needs to be weighed again. This box / bin with items / spares

    will be taken back to on line weighing unit after taking out the necessary item/ spare and weighed in

    the on line weighing unit on the conveyor. Exact deviation shall be set during installation period. A

    prompt is needed for user to know about whether there is any deviation in initial weight and delivery

    time weight. The history needs to be stored for multiple movement of the same bin in and out of

    ASRS. This online weighing scale (on the conveyor line) with Digital Display and recording

    facilities of actual weight and labeled weight is required near Bar code printers.

    f) PLC interfacing with the new server is either by incorporating latest version of the existing OMRONPLC or by equivalent and branded new PLC compatible with the existing system.

    g) New system should have facility for backup of all data including input, output, stock and day stockfor a minimum period of one year. These data should be stored in the external RAID storing device

    with latest version and high capacity.

    h) All servers should have CD/DVD Read/Write drive.i) The upgradation of hardware should take care of the proper communication between code reading

    heads and PLC. Any interface modules required for this, are to be supplied by the contractor.

  • 8/13/2019 ASRS Upgradation

    15/34

    Page 15of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    Presently, the following OMRON make PLC CPU, I/O modules, Power supply units and their quantities are

    installed in our existing ASRS systems.

    1) Details of existing PLC CPU, I/O modules, Power supply units at MYSORE plant.

    Sl

    NoPLC CPU and I/Os

    Input &

    buffer

    conveyor

    Warehouse

    Conveyor

    Stacker

    Crane

    Transfer

    carTotal

    1CPU Model: SYSMAC

    C200HG CPU431 no 1 no 4 nos 1 no 7 nos

    2 I/O Module: OC226N 6 nos 11 nos 8 nos 1 no 26 nos

    3I/O Module:

    ID21214 nos 18 nos 20 nos 4 nos 56 nos

    4 I/O Module: OD21A -- -- 8 nos 1 no 9 nos

    5

    Telescopic fork

    Position control unitNC112 -- -- 4 nos -- 4 nos

    6Power supply unit to

    PLC & I/O modules2 nos 3 nos 4 nos 1no 10 nos

    2) Details of existing PLC CPU, I/O modules, Power supply units at SALBONI plant.

    Sl

    NoPLC CPU and I/Os

    Input &

    buffer

    conveyor

    Warehouse

    Conveyor

    Stacker

    Crane

    Transfer

    carTotal

    1CPU Model: SYSMAC

    C200HG CPU43 1 no 1 no 4 nos 1 no 7 nos

    2 I/O Module: OC226N 8 nos 11 nos 8 nos 1 no 28 nos

    3I/O Module:

    ID21217 nos 17 nos 20 nos 4 nos 58 nos

    4 I/O Module: OD21A -- -- 8 nos 1 no 9 nos

    5

    Telescopic fork

    Position control unit

    NC112

    -- -- 4 nos -- 4 nos

    6Power supply unit to

    PLC & I/O modules3 nos 3 nos 4 nos 1nos 11 nos

  • 8/13/2019 ASRS Upgradation

    16/34

    Page 16of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    III. Technical specifications for upgradation of existing software and related hardware of automatic

    storage and retrieval system (ASRS).

    a) The Warehouse Management System (WMS) should be developed in newer version of software inwindows based open platform, and related hardware like server, hubs, communication modules and

    operating terminals, etc., should be of latest version.

    b) The WMS should have the provision to store varieties of items inside the single box of same size andto store and retrieve from warehouse. The sub menu of the box should be able to have multiple

    entries and by giving the part no. of the sub menu items. System should show and retrieve if required

    the box containing that item. The box has to be relocated after picking the required item and stockposition has to be updated.

    c) The WMS should have new Barcode labeling station and it should check the weight of the box/binand store this information in database. The system should display to the operator if there is any

    difference in the weight of the box. History should be stored for multiple movement of the same box.

    Digital display of the weight of the box to be provided near barcode printer.

    IV. Other Requirements :

    a) Installation and commissioning: Installation, commissioning and proving of performance to becarried out by the supplier at BRBNMPL Mysore and Salboni sites within stipulated period as early

    as possible, to the satisfaction of BRBNMPL.

    b) Spares and Service Support: Bill of material and cost of components need to be submitted alongwith the offer. Supplier shall attend periodical and breakdown maintenance of the machine during

    the warranty period without any additional cost. Supplier shall also ensure availability and supply of

    spare parts for minimum seven years from the date of issue of FAC.

    c) All the bought out item used should be of reputed make and easily available in the Indian market.d) Detailed Electrical and Mechanical drawings should be provided by the supplier.e) All the structural functional parameters should be matched one to one with existing system.

    However, internal construction is the discretion of supplier and it is his sole responsibility to ensure

    the intended performance of the proposed system upgradation.

    f) Documentation and training to user / Maintenance: Supplier shall impart proper training to theoperator and maintenance crew for trouble free operation and maintenance of the machine. The

    documents generated for this project is/will be sole property of BRBNMPL and should not beused/divulged for any other purpose. All relevant product information such as user manual, technical

    specification sheet etc should be submitted along with the offer. Supplier shall submit 3 sets of User

    Manual, Maintenance Manual (Parts catalogue, spare list, Electrical Diagram, Electrical/Electronics

    components details, etc.,).

    g) Tools and Tackles: All tools & tackles, equipments and other required facilities for un-loading,shifting of equipment to the workplace and erection & commissioning of the system shall be

    arranged by the contractor.

    h) Modifications: Supplier shall agree for any minor modifications in system upgradation (withouthaving any additional financial implications) to match with specific requirement of BRBNMPL.

    i) Final Acceptance Test (FAT) and Final Acceptance Certificate (FAC): The Upgraded systemshall be tested for 6 days in real working environment and Final Acceptance Certificate will beissued based on the satisfactory performance during the FAT.

    j) Supplier shall fill the following compliance formats and submit along with technical bid withoutfail. The reply to points shall be specific and they should not write like Refer catalogue, etc.,

  • 8/13/2019 ASRS Upgradation

    17/34

  • 8/13/2019 ASRS Upgradation

    18/34

    Page 18of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    2) Compliance Statement - Others

    Sl

    NoDESCRIPTION

    Tenderer

    StatementDeviation (If any)

    1

    Upgradation of existing software and related

    hardware of automatic storage and retrieval

    system (ASRS) strictly as per our requirement

    given in this tender

    Accepted/ Not

    Accepted

    2

    All the terms & conditions mentioned in the

    tender are accepted.

    Accepted/ Not

    Accepted

    3Warranty period of one year from date of final

    acceptance

    Accepted/ Not

    Accepted

    4Delivery, installation and commissioning Period

    as per tender is accepted

    Accepted/ Not

    Accepted

    5 Payment terms as per tender is acceptedAccepted/ Not

    Accepted

    7

    Financial soundness 2010-11 2011-12 2012-13

    Actual turnover

    Net profit

    Net worth of the firm

    8 ExperienceCompany

    name

    Workorder

    no &

    date

    Detail of workOrder

    value

    Date of

    completion

    Note: Tenderers attention is drawn to GIT clause 17 and GIT sub-clause 10.1.

    The Tenderer is to provide the required details, information, confirmations, etc accordingly, failing which

    their tender is liable to be ignored.

    We _________________________(name of company) confirm that the product offered is as

    per the specification & scope of work as mentioned above and enclose herewith the

    catalogue/brochure/technical literature of the item offered and also we confirm to accept

    scope of work mentioned above.

    Name& Signatureoftheauthorizedperson:

    Place:

    Date:

    (Duly filled & signed compliance statement given above has to be submitted along with the Part-I Techno-

    commercial bid of the tender.)

  • 8/13/2019 ASRS Upgradation

    19/34

    Page 19of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    Details of documents

    The following documents and information shall be submitted together with the Techno

    Commercial offer : -

    1) Brief description of the company/organization, including its structure and the number of employees. Name of the firm and complete address including branches; if any: Status of the firm: Proprietor / Partnership / Regd. Company / Co-op. Society

    2) Bankers and their Address.3) Copies of valid VAT/CST, Service Tax, PAN details.4) Reference list of major clients and projects of similar nature executed in the last 5 years giving

    nature & scope of services, method & technology applied, manpower deployed & other relevant

    details like Supply order/LOI/satisfactory performance certificate.

    5) Documents in support of work experience. e.g. work completion certificate, PO/WO copies.6) Financial status including income statement, audited balance sheets & P & L accounts, turnover for

    the last 3 years,

    7) List of employees with qualifications & experiences retained by the firm as resource persons.8) Details of technology adopted as well as Consultants/Associates having existing contract with the

    firm for various specialized jobs.

    9) The firm should give a declaration that they have not been blacklisted / debarred from dealing byGovernment of India/BRBNMPL in the past 5 years.

    10)Pre-Contract Integrity Pact as per sectionXX duly filled, signed and company seal affixed.

  • 8/13/2019 ASRS Upgradation

    20/34

    Page 20of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    Section VIII: Quality Control Requirements

    TENDER No : 071/MYS/MAINT(P)/2013-14 dated : 18/10/2013

    1) As mentioned in the Specification & Scope of work in Section VII of this tender.2) All supplies & installation shall be subject to inspection on receipt of stores at destination

    as specified in the work order. The decision of the inspection officer or any other person

    nominated by the purchaser, as regards quality or quantity of supplies delivered shall be

    final. The inspection officer is entitled to reject any or all of the supplies.

    3) Even in cases, if prior inspection of stores before dispatch is arranged, the purchaser shallbe entitled to reject any or all the supplies on receipt, if not found complying with terms

    of the contract.

    4) Rejection of Materials: In case of rejection of supplied material, the contractor shall haveto remove the rejected material and shall supply good material.

    5) Final Acceptance Test (FAT) and Final Acceptance Certificate (FAC): The Upgradedsystem shall be tested for 6 days in real working environment and Final Acceptance

    Certificate (FAC) will be issued based on the satisfactory performance during the FAT.

    (To be signed & stamped and submitted along with Techno-commercial Bid Part I)

  • 8/13/2019 ASRS Upgradation

    21/34

    Page 21of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    Section IX: Qualification/ Eligibility Criteria.

    TENDER No : 071/MYS/MAINT(P)/2013-14 dated : 18/10/2013

    I. Eligibility for participating in Tender:

    The Tenderer should be in the field of Design, Manufacture & supply or supply &

    installations of automation of Software and required Hardware of any of Automatic Storage

    and Retrieval system of similar works of at least any one of the following;

    a) Tenderershould have successfully completed three (3) similar works each costing not less than`64.0 lakhs during last 7 years ending 31/03/2013.

    OR

    b) Tenderer should have successfully completed two (2) similar works each costing not less than` 80.0 lakhs during last 7 years ending 31/03/2013.

    OR

    c) Tenderer should have successfully completed one (1) similar work costing not less than`128.0lakhs during last 7 years ending 31/03/2013.

    Similar work means: Similar type of work experience in automation of Software and

    required Hardware of any of Automatic Storage and Retrieval system.

    Note: Documentary proof for the above qualifying criterion should be submitted along with

    your offer duly signed by authorized signatory.

    II) Capability Equipment & manufacturing facilities:

    The Tenderer must have an annual capacity to manufacture and supply at least one

    automation software and related hardware of any Automatic Storage and Retrieval system

    (ASRS). To prove that bidder should submit the relevant documentary evidence in respect ofmanufacturing facilities available with them.

    Note: Documentary proof for the above qualifying criterion should be submitted along

    with your offer duly signed by authorized signatory.

    III) Financial standings:

    Average annual turnover of the bidder during last three years ending 31/03/2013 shouldbe more than`48 lakhs and it should be reflected in audited financial report for the said

    period otherwise should be certified by chartered accountants.

    Financial years 2010-11 2011-12 2012-13

    Actual turnover

    Bidder should have not suffered any financial loss for more than one year during lastthree years ending 31/03/2013.

    The net worth of the firm should not have eroded by more than 30% in the last 3 yearsending 31/03/2013.

    All financial standing data like P/L accounts, balance sheets etc., should be duly certified by

    Chartered Accountants.

  • 8/13/2019 ASRS Upgradation

    22/34

    Page 22of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    IV) General:

    1) The Tenderer should be registered in INDIA under State VAT Act / Central Sales TaxAct / also to be registered under Central Excise Act (if applicable).

    2) Foreign suppliers may submit their quote through their Indian agents/representatives.3) Quoted currency should preferably be in INR only.4) Indian bidders should submit valid PAN, VAT/CST, Service Tax registration certificates

    along with their techno-commercial bid.

    5) The firm should confirm that they are competent and legally authorized to submit thetender and / or to enter into legally binding contract.

    6) Technical offers should be accompanied by the catalogue / brochure of the item/systemoffered with clear mentioning of make & model no.

    7) The firm should give a declaration that they have not been blacklisted / debarred fordealing by BRBNMPL / Government of India in the past 5 years.

    8) The tenderer shall enclose a confidentiality statement duly signed and stamped as below;The information, which is contained in this document will not, in whole or in part

    be reproduced, transferred to other documents/electronic media or disclosed to

    others without written consent.

    We _____________________(name of the company) have enclosed supportive documents

    pertaining to the above requirements.

    Authorized signature with stamp

    (To be signed & stamped and submitted along with Techno-commercial Bid Part I)

  • 8/13/2019 ASRS Upgradation

    23/34

    Page 23of 34

    Tender No: 071/MYS/MAINT(P)/2013-14

    Section X: Tender FormDate

    To

    Bharatiya Reserve Bank Note Mudran Private Limited

    (Wholly owned Subsidiary of Reserve Bank of India)

    Note Mudran Nagar,

    Mysore 570003.

    Ref: Tender No : 071/MYS/Maint(P)/2013-14, dated : 18/10/2013for Design, Supply, Installation &

    Commissioning, for up-gradation of existing software and related hardware of Automatic

    Storage and Retrieval System (ASRS) one set each for Mysore and Salboni Plants.

    We, the undersigned have examined the above mentioned tender document, including

    amendment No. ------, dated __________________ (if any), the receipt of which is hereby

    confirmed. We now offer to supply and deliver .. (description of goods and

    services) in conformity with your above referred document for the sum of referour Financial

    BidPart-II, attached herewith and made part of this tender.

    If our tender is accepted, we undertake to supply the goods and perform the services as

    mentioned above, in accordance with the delivery schedule specified in the List of Requirements.

    We further confirm that, if our tender is accepted, we shall provide you with a performance

    security of required amount in an acceptable form in terms of GCC clause 6, read with

    modification, if any, in Section V "Special Conditions of Contract", for due performance of

    the contract.

    We agree to keep our tender valid for acceptance for a period up to as required in the GIT clause

    19, read with modification, if any in Section-Ill "Special Instructions to Tenderers" or for

    subsequently extended period, if any, agreed to by us. We also accordingly confirm to abide by

    this tender up to the aforesaid period and this tender may be accepted any time before the expiry

    of the aforesaid period. We further confirm that, until a formal contract is executed, this tender

    read with your written acceptance thereof within the aforesaid period shall constitute a binding

    contract between us.

    We further understand that you are not bound to accept the lowest or any tender you may receive

    against your above-referred tender.

    Dated this _______ day of ____

    For & on behalf of

    (Signature with date)

    (Name and designation)

    Duly authorized to sign tender for and on behalf of

    .

  • 8/13/2019 ASRS Upgradation

    24/34

  • 8/13/2019 ASRS Upgradation

    25/34

    Page 25of 34Tender No: 071/MYS/MAINT(P)/2013-14

    Section XII: Questionnaire

    TENDER No : 071/MYS/MAINT(P)/2013-14 dated : 18/10/2013

    The Tenderer should furnish specific answers to all the questions/ issues mentioned

    below. In case a question / issue do not apply to a tenderer, the same should be

    answered with the remark not applicable".

    Wherever necessary and applicable, the tenderer shall enclose certified copy as

    documentary proof/ evidence to substantiate the corresponding statement.In case a tenderer furnishes a wrong or evasive answer against any of the under

    mentioned question / issues, its tender will be liable to be ignored.

    1. Brief description of goods and services offered:

    2. Offer is valid for acceptance up to :180 days from date of tender opening

    3. Your permanent Income Tax A/ C No. as allotted by the Income Tax Authority of

    Government of India

    Please attach certified copy of your latest/ current Income Tax clearance certificate

    issued by the above authority. Also submit copy of VAT/CST registration

    certificate (TIN No.).

    4. Status:

    a) Are you currently registered with the Directorate General of Supplies &Disposals (DGS&D), New Delhi, and/ or the National Small IndustriesCorporation (NSIC), New Delhi, and/ or the present BRBNMPL and/ or the

    Directorate of Industries of the concerned State Government for the goods

    quoted? If so, indicate the date up to which you are registered and whether

    there is any monetary limit imposed on your registration.

    b) Are you currently registered under the Indian Companies Act, 1956 or anyother similar Act?

    Please attach certified copy(s) of your registration status etc. in case your

    answer(s) to above queries is in affirmative.

    5. Please indicate name & full address of your Banker(s)

    6. Please state whether business dealings with you currently stand suspended/ banned

    by any Ministry / Dept. of Government of India or by any State Govt.7. Whether Technical & Financial Bid is kept in two separate sealed covers with clear

    superscription on the envelopes and these two covers are put in a big cover

    marking Tender details?

    8. Whether required EMD and cost of tender documents in the form of DD is

    submitted along with the techno-commercial bid.

    9. We_____________________________(name of the company) confirm that we

    abide by all the terms & conditions of this tender and we dont have any counter

    conditions.

    (Signature with date)

    (Full name, designation & address of the person duly authorized sign on behalf of the

    tenderer)

    For and on behalf of

    (Name, address and stamp of the tendering firm)

    (To be signed & stamped and submitted along with Techno-commercial Bid Part I)

  • 8/13/2019 ASRS Upgradation

    26/34

    Page 26of 34Tender No: 071/MYS/MAINT(P)/2013-14

    SECTION XIII: BANK GUARANTEE FORM OF EMD

    SECTION XIV: MANUFACTURERS AUTHORIZATION FORM

    SECTION XV: BANK GUARANTEE FORM FOR PERFORMANCE SECURITY

    SECTION XVI: CONTRACT FORM

    SECTION XVII: LETTER OF AUTHORITY FOR ATTENDING A BID OPENING

    SECTION XVIII: SHIPPING ARRANGEMENT FOR LINER CARGOES

    SECTION XIX: PROFORMA OF BILLS FOR PAYMENTS

    (The above Sections shall be downloaded website: www.brbnmpl.co.in under the

    section Downloads and signed & stamped and to be submitted along with the

    Techno-Commercial Bid Part Ias acceptance of terms & conditions.

    (Offer submitted without the signed copies of these sections shall liable to be

    rejected)

    (To be signed & stamped and submitted along with Techno-commercial Bid Part I)

  • 8/13/2019 ASRS Upgradation

    27/34

    Page 27of 34Tender No: 071/MYS/MAINT(P)/2013-14

    (To be executed on plain paper)

    SECTION XX: PRE-CONTRACT INTEGRITY PACT

    General

    This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on

    day of the month of .. 2013 between on one hand, BRBNMPL

    through Shri S.Thalikerappa, Deputy General Manager, on behalf of the Managing Directorhereinafter called the BUYER which expression shall mean and include unless the context

    otherwise requires his successors in office and assigns of the First Part and

    M/s. ______________________________ represented by Shri _______________________

    hereinafter called the BIDDER / SELLER which expression shall mean and include unless the

    context otherwise requires his successors and permitted assigns of the Second Part.

    WHEREAS the BUYER proposes to procure Design, Supply, Installation & Commissioning,

    for up-gradation of existing software and related hardware of Automatic Storage and

    Retrieval Systems (ASRS) one set each for BRBNMPL Mysore and Salboni, vide tender No :

    071/MYS/MAINT(P)/2013-14 dtd : 18/10/2013

    and the BIDDER / SELLER is willing to offer / has offered to supply the stores

    and

    WHEREAS the BIDDER is a private company / public company / Government undertaking

    partnership / registered export agency constituted in accordance with the relevant law in the

    matter and the BUYER is a Company wholly owned by Reserve Bank of India on behalf of

    its Managing Director.

    NOW THEREFORE

    To avoid all forms of corruption by following a system that is fair, transparent, free from any

    influence / prejudiced dealings prior to, during and subsequent to currency of the contract to

    be entered into with a view to enabling the BUYER to obtain the desired said stores /

    equipment at a competitive price in conformity with the defined specifications by avoiding

    the high cost and the distortionary impact of corruption on public procurement and

    Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to

    secure the contract by providing assurance to them that their competitors will also abstain

    from bribing and other corrupt practices and the BUYER will commit to prevent corruption in

    any form by its officials by following transparent procedures.

    The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:

    Definitions:

    In pursuance of the above Pact, for the purpose of this provision, the Buyer defines therelevant terms set forth therein as under:

    1) Contract means the contract entered into between the Buyer and Bidder (or Tenderer)/ Contractor for the execution of work mentioned in the preamble above.

    2) Contractor means the bidder or tenderer whose tender (bid) has been acceptedby the Buyer or Company whose tender (bid) has been accepted and shall be deemed to

    include his/its/their successors, representatives, heirs, executors and administrators

    unless excluded by the Contract.

  • 8/13/2019 ASRS Upgradation

    28/34

    Page 28of 34Tender No: 071/MYS/MAINT(P)/2013-14

    3) Coercive practice means harming or threatening to harm, directly or indirectly,

    persons or their property to influence their participation in the procurement process

    or affect the execution of a contract;

    In order to achieve these goals, the Buyer proposes to appoint one or more External

    Independent Monitor/s who will monitor the tender process and the execution of the

    contract for compliance with the principles mentioned above.

    4) Collusive practice means a scheme or arrangement between two or more bidders, with

    or without the knowledge of the Buyer designed to establish bid prices at artificial,noncompetitive levels; and

    5) Corrupt practice means the offering, giving, receiving or soliciting of anything of

    value to influence the action of a public official in the procurement process or in

    contract execution;

    6) External Independent Monitor means a person, hereinafter referred to as EIM,

    appointed, in accordance with Section 9 below, to verify compliance with this

    agreement.

    7) Fraudulent practice means a misrepresentation of facts in order to influence a

    procurement process or the execution of a contract to the detriment of the Buyer and

    includes collusive practices among Bidders (Prior to or after bid submission) designed

    to establish bid prices at artificial, non-competitive levels and to deprive the Buyer of

    the benefits of free and open competition;

    8) Party means a signatory to this agreement.

    9) Purchaser or Buyer means Bharatiya Reserve Bank Note Mudran Private Limited,

    incorporated under the Companies Act 1956, having their registered Office at

    Bangalore 560029 and includes their successors.

    10) Bidder or Tenderer means the person, firm or company submitting a tender (bid)

    against the invitation to Tender (bid) and includes his/its/their staff, consultants, parent

    and associate and subsidiary companies, agents, consortium and joint venture partners,

    sub-contractors and suppliers, heirs, executors, administrators, representatives,

    successors.

    1. Commitments of the Buyer1. The BUYER commits itself to take all measures necessary to prevent corruption and

    to observe the following principles:

    1.1The BUYER undertakes that no official of the BUYER connected directly orindirectly with the contract will demand, take a promise for or accept, directly or

    through intermediaries, any bribe, consideration, gift, reward, favour or any

    material or immaterial benefit or any other advantage from the BIDDER either

    for themselves or for any person, organization or third party related to the

    contract in exchange for an advantage in the bidding process bid evaluation,

    contracting or implementation process related to the contract.

    1.2The BUYER will during the pre-contract stage treat all BIDDERS alike and willprovide to all BIDDERS the same information and will not provide any suchinformation to any particular BIDDER which could afford an advantage to that

    particular BIDDER in comparison to other BIDDERS.

    1.3All the officials of the BUYERS will report to the Director (Operations) / GeneralManager of any attempted or completed breaches of the above commitments as

    well as any substantial suspicion of such a breach.

    2. In case any such preceding misconduct on the part of such official(s) is reported bythe BIDDER to the BUYER with full and verifiable facts and the same is prima facie

    found to be correct by the BUYER, necessary disciplinary proceedings or any other

  • 8/13/2019 ASRS Upgradation

    29/34

    Page 29of 34Tender No: 071/MYS/MAINT(P)/2013-14

    action as deemed fit including criminal proceedings may be initiated by the BUYER

    and such a person shall be debarred from further dealings related to the contract

    process. In such a case while an enquiry is being conducted by the BUYER, the

    proceedings under the contract would not be stalled.

    2. Commitments of BIDDERS

    2.1The BIDDER commits itself to take all measures necessary to prevent corruptpractices, unfair means and illegal activities during any stage of its bid or during any

    pre-contract or post-contract stage in order to secure the contract or in furtherance to

    secure it and in particular, commit itself to the following:

    2.1.1 The BIDDER will not offer directly or through intermediaries any bribe, gift

    consideration, reward, favour, any material or immaterial benefit, other advantage,

    commission, fees brokerage or inducement to any official of the BUYER connected

    directly or indirectly with the bidding process or to any person, organization or third

    party related to a contract in exchange for any advantage in the bidding, evaluation,

    contracting and implementation of the contract.

    2.1.2 The BIDDER further undertakes that it has not given, offered, promised to give

    directly or indirectly any bribe, gift, consideration, reward, favour any material or

    immaterial benefit or other advantage, commission, fees, brokerage or inducement to

    any official of the BUYER or otherwise in procuring the Contract or forbearing to do

    or having done any act in relation to the obtaining or execution of the contract or any

    other contract with the Government for showing or forbearing to show favour or

    disfavor to any person in relation to the contract or any other contract with buyer.

    2.1.3 BIDDERS of foreign origin shall disclose the name and address of the Agents /

    representatives in India, if any. Similarly, the bidders of Indian nationality shall

    furnish the name and address of the foreign principals, if any.

    2.1.4 BIDDERS shall disclose the payments to be made by them to agents / brokers or

    any other intermediary in connection with this bid / contract.

    2.1.5 The BIDDER further confirms and declares to the BUYER that the BIDDER is the

    original manufacturer / integrator / authorized Government sponsored export entity of

    the stores and has not engaged any individual or firm or company whether Indian or

    foreign to intercede facilitate or in any way to recommend to the BUYER or any of its

    functionaries, whether official or unofficially to the award of the contract to the

    BIDDER, nor has any amount been paid, promised or intended to be paid to any such

    individual firm or company in respect of any such intercession, facilitation or

    recommendation.

    2.1.6 The BIDDER, either while presenting the bid or during pre-contract negotiations or

    before signing the contract shall disclose any payment he has made is commented to

    or intends to make to officials of the BUYER or their family members agents brokers

    or any other intermediaries in connection with the contract and the details of services

    agreed upon for such payments.

    2.1.7 The BIDDER will not collude with other parties interested in the contract to impair

    the transparency fairness and progress of the bidding process, bid evaluation

    contracting and implementation of the contract.

    2.1.8 The BIDDER will not accept any advantage in exchange for any corrupt practice

    unfair means and illegal activities.

    2.1.9 The BIDDER shall not use improperly for purposes of competition or personal gain,

    or pass on to others any information provided by the BUYER as part of the business

  • 8/13/2019 ASRS Upgradation

    30/34

    Page 30of 34Tender No: 071/MYS/MAINT(P)/2013-14

    relationship regarding plans, technical proposals and business details including

    information contained in any electronic data carrier. The BIDDER also undertakes to

    exercise due and adequate are lest any such information is divulged.

    2.1.10 The BIDDER commits to refrain from giving any complaint directly or through

    any other manner without supporting it with full and verifiable facts.

    2.1.11 The BIDDER shall not instigate or cause to instigate any third person to commit

    any of the actions mentioned above.

    2.1.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf ofthe BIDDER either directly or indirectly is a relative of any serving / ex-employees of

    the officers of the BUYER or alternatively if any relative of any serving / ex-

    employees of the officers of the BUYER has financial interest / stake in the

    BIDDERs firm, the same shall be disclosed by the BIDDER at the time of filing of

    tender.

    The term relative for this purpose would be as defined in Section 6 of the Companies

    Act, 1956.

    2.1.13 The BIDDER shall not lend to or borrow any money from or enter into any

    monetary dealings of transaction directly or indirectly with any employee of the

    BUYER.

    3. Disqualification from tender process and exclusion from future contracts.3.1If the Bidder, before contract award has committed a transgression through a

    violation of Section 2 or in any other form such as to put his reliability or credibility

    as Bidder into question, the Buyer is entitled to disqualify the Bidder from the tender

    process or to terminate the contract, if already signed, for such reason.

    3.2 If the Bidder / Contractor has committed a transgression through a violation ofSection 2 such as to put his reliability or credibility into question, the Buyer is

    entitled also to exclude the Bidder I Contractor from future contract award

    processes. The imposition and duration of the exclusion will be determined by the

    severity of the transgression. The severity will be determined by the circumstances

    of the case, in particular the number of transgressions, the position of the

    transgressors within the company hierarchy of the Bidder and the amount of the

    damage. The exclusion will be imposed for a minimum of 1 year and maximum of 3

    years.

    3.3 A transgression is considered to have occurred if the Buyer after due considerationof the available evidence, concludes that no reasonable doubt is possible.

    3.4 The Bidder/ Contractor accepts and undertakes to respect and uphold the Buyer'sabsolute right to resort to and impose such exclusion after giving opportunity of

    hearing to the bidder. This undertaking is given freely and after obtaining

    independent legal advice.

    3.5If the Bidder / Contractor can prove that he has restored / recouped the damagecaused by him and has installed a suitable corruption prevention system, the Buyer

    may revoke the exclusion prematurely, provided such systems has been audited by

    an independent agency.

    4. Compensation for Damages4.1If the Buyer has disqualified the Bidder from the tender process prior to the award

    according to Section 3, the Buyer is entitled to demand and recover from the Bidder

    liquidated damages equivalent to Earnest Money Deposit / Bid Security.

  • 8/13/2019 ASRS Upgradation

    31/34

    Page 31of 34Tender No: 071/MYS/MAINT(P)/2013-14

    4.2If the Buyer has terminated the contract according to Section 3 or if the Buyer isentitled to terminate the contract according to Section 3, the Buyer shall be entitled

    to demand and recover from the Contractor liquidated damages equivalent to

    Security DepositI Performance Bank Guarantee.

    5. Previous Transgression5.1. The BIDDER declares that no previous transgression occurred in the last three years

    immediately before signing of this Integrity Pact, with any other company in anycountry confirming to anti-corruption approach in respect of any corrupt practices

    envisaged hereunder or with any Public Sector Enterprise in India or any

    Government Department in India that could justify BIDDERs exclusion from the

    tender process.

    5.2. The BIDDER agrees that if it makes incorrect statement on this subject BIDDER can

    be disqualified from the tender process or the contract already awarded, can be

    terminated for such reason.

    6. Earnest Money (Security Deposit)6.1 While submitting commercial bid, the BIDDER shall deposit an amount of ` 3.2

    Lakhs as Earnest Money / Security Deposit, with the BUYER through any of thefollowing instruments:

    Bank Draft or a Pay Order in favour of BRBNMPL, A confirmed guarantee by an

    Indian Nationalised Bank promising payment of the guaranteed sum to the BUYER

    or demand within three working days without any demur whatsoever and without

    seeking any reasons whatsoever. The demand for payment by the BUYER shall be

    treated as conclusive proof of payment.

    Any other mode or through any other instrument (as specified in the tender

    document).

    6.2 The Earnest Money / Security Deposit shall be valid for 60 days after complete

    conclusion of the contractual obligations to the complete satisfaction of both the

    BIDDER and the BUYER and after completion of warranty period.6.3 In case of successful BIDDER a clause would also be incorporated in the Article

    pertaining to Performance Bond in the Purchase Contract that the provisions of

    Sanctions for Violation shall be applicable for forfeiture of Performance Bond in case

    of a decision by the BUYER to forfeit the same by assigning reason for imposing

    sanction to violation of this Pact.

    6.4 No interest shall be payable by the BUYER to the BIDDER on Earnest Money /

    Security Deposit for the period of its currency.

    7. Sanctions for Violations7.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or

    acting on its behalf (whether with or without the knowledge of the BIDDER) shallentitle the BUYER to take all or any one of the following actions wherever recurred.

    i) To immediately call off the pre-contract negotiations after assigning any reason.However, the proceedings with the other BIDDER(s) would continue.

    ii) The Earnest Money Deposit (in pre-contract stage) and / or Security Deposit /Performance Bond (after the contract is signed) shall stand forfeited either fully or

    partially as decided by the BUYER and the BUYER shall assign reason therefore.

  • 8/13/2019 ASRS Upgradation

    32/34

    Page 32of 34Tender No: 071/MYS/MAINT(P)/2013-14

    iii)To immediately cancel the contract if already signed, without giving anycompensation to the BIDDER.

    iv)To recover all sums already paid by the BUYER and in case an Indian BIDDERwith interest thereon at 2% higher than the prevailing Prime Lending Rate of State

    Bank of India, while in case of BIDDER from a country other than India with

    interest thereon at 2% higher than the LIBOR. If any outstanding payment is due

    to the BIDDER from the BUYER in connection with any other contract for other

    stores, such outstanding payment could also be utilized to recover the aforesaidsum and interest.

    v) To encash the advance bank guarantee and performance bond / warranty bond iffurnished by the BIDDER in order to recover payments already made by the

    BUYER along with interest.

    vi)To cancel all or any other contracts with the BIDDER. The BIDDER shall beliable to pay compensation for any loss or damage to the BUYER resulting from

    such cancellation / rescission and the BUYER shall be entitled to deduct the

    amount so payable from the money due to the BIDDER.

    vii)To debar the BIDDER from participating in future bidding processes of the buyerfor a minimum period of 5 years, which may be further extended at the discretion

    of the BUYER.

    viii)To recover all sums paid in violation of this Pact by BIDDER(s) any middlemenor agent or broker with a view to securing the contract.

    ix)In cases where irrevocable Letters of Credit have been received in respect of anycontract signed by the BUYER with the BIDDER, the same shall not be opened.

    x) Forfeiture of Performance Bond in case of a decision by the BUYER to seek forthe forfeiture for imposing sanction for violation of this Pact.

    7.2 The BUYER will be entitled to take all or any of the actions mentioned at para 7.1 (i)

    to (x) of this Pact also on the Commission by the BIDDER or any one employed by it

    or acting on its behalf (whether with or without the knowledge of the BIDDER) of an

    offence as defined in Chapter IX of the Indian Penal Code, 1860 or Prevention of

    Corruption Act, 1988 or any other statute enacted for prevention of corruption.

    7.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact

    has been committed by the BIDDER shall be final and conclusive on the BIDDER.

    However, the BIDDER can approach the independent Monitor (s) appointed for the

    purposes of this Pact.

    8. Fall Clause8.1 The BIDDER undertakes that it has not supplied / is not supplying similar product /

    systems or sub-systems at a price lower than that offered in the present bid in respect

    of any other customer, Ministry / Department of the Government of India or PSU and

    if it is found at any stage that similar products / systems or such systems was suppliedby the BIDDER to any other Ministry / Department of the Government of India or a

    PSU at a lower price, then, that very price with due allowance for elapsed time would

    be applicable to the present case and the difference in the cost would be refunded by

    the BIDDER to the BUYER if the contract has already been concluded.

  • 8/13/2019 ASRS Upgradation

    33/34

    Page 33of 34Tender No: 071/MYS/MAINT(P)/2013-14

    9. External Independent Monitor /MonitorsName : V.SANTHANA RAMAN, E-MAIL: [email protected]

    9.1 The BUYER appoints competent and credible external independent Monitor for this

    Pact. The task of the Monitor is to review independently and objectively, whether and

    to what extent the parties comply with the obligations under this agreement.

    9.2 The Monitor is not subject to instructions by the representatives of the parties and

    performs his functions, neutrally and independently. He reports to the Chairperson of

    the Board of the Buyer.

    9.3 The Contractor accepts that the Monitor has the right to access without restriction to

    all Tender/Contract documentation of the Buyer including that provided by the

    Contractor. The Contractor will also grant the Monitor, upon his request and

    demonstration of a valid interest, unrestricted and unconditional access to

    tender/contract documentation. The same is applicable to Subcontractors. The

    Monitor is under contractual obligation to treat the information and documents of the

    Bidder / Contractor / Subcontractor with confidentiality, provided that this clause is

    subject to the general confidentiality clause.

    9.4 The Buyer will provide to the Monitor sufficient information about all meetings

    among the parties related to the Project provided such meetings could have an impact

    on the contractual relations between the Buyer and the Contractor. The parties offer to

    the Monitor the option to participate in such meetings.

    9.5 As soon as the Monitor notices, or believes to notice, a violation of this agreement, he

    will so inform the Management of the Buyer and request the Management to

    discontinue or heal the violation, or to take other relevant action. The monitor can in

    this regard submit non-binding recommendations. Beyond this, the Monitor has no

    right to demand from the parties that they act in a specific manner, refrain from action

    or tolerate action. However, Independent External Monitor shall give an opportunity

    to the bidder/contractor to present its case before makings its recommendations to the

    management of the buyer.

    9.6 The Monitor will submit a written report to the Chairperson of the Board of the Buyer

    within 8 to 10 weeks from the date of reference or intimation to him by the 'Buyer'

    and, should the occasion arise, submit proposals for correcting problematic situations.

    9.7 Monitor shall be entitled to compensation on the same terms as being extended to /

    provided to Outside Expert Committee members / Chairman as prevailing with

    Buyer.

    9.8 If the Monitor has reported to the Chairperson of the Board a substantiated suspicion

    of an offence under relevant Anti-Corruption Laws of India, and the Chairperson has

    not, within reasonable time, taken visible action to proceed against such offence or

    reported it to the Vigilance Office, the Monitor may also transmit this information

    directly to the Central Vigilance Commissioner, Government of India.

    9.9 The word 'Monitor' would include both singular and plural.

    10.Facilitation of InvestigationIn case of any allegation of violation of any provisions of this Pact or payment of

    commission, the BUYER or its agencies shall be entitled to examine all the documents

    including the Book of Accounts of the BIDDER and the BIDDER shall provide necessary

    information and documents in English and shall extend all possible help for the purpose of

    such examination.

  • 8/13/2019 ASRS Upgradation

    34/34

    11.Law and Place of Jurisdiction

    This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of

    the BUYER.

    12.Other Legal Actions12.1 The actions stipulated in this Integrity Pact are without prejudice to any other legal

    action that may follow in accordance with the provisions of the extant law in force

    relating to any civil or criminal proceedings.12.2 Changes and supplements as well as termination notices need to be made in writing.

    12.3 It the Contractor is a partnership or a consortium this agreement must be signed by all

    partners or consortium members.

    13.Validity13.1 The validity of this Integrity Pact shall be from the date of its signing and valid for 60

    days after complete conclusion of the contractual obligations to the complete

    satisfaction of both the BUYER and the BIDDER and after completion of warranty

    period. In case the BIDDER is unsuccessful this Integrity Pact shall expire after one

    year from the date of the signing of the contract. If any claim is made/lodged during

    this time, the same shall be binding and continue to be valid despite the lapse of this

    pact as specified above, unless it is discharged/determined by Chairman of the buyer.

    13.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of

    this Pact shall remain valid. In this case the parties will strive to come to an

    agreement to their original intentions.

    14. The parties hereby sign this integrity pact at..... on...

    BUYER BIDDER

    Name of the Officer : S.Thalikerappa Authorised signatory of the Bidder

    Designation : Deputy General Manager

    Witness Witness

    1. ________________________ 1. _______________________

    2. ________________________ 2. _______________________