GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE...

32
1 GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE GENERAL OF LIGHTHOUSES & LIGHTSHIPS A-13, SECTOR 24, NOIDA (U.P.), 201 301 BID DOCUMENT FOR Supply, Installation, Testing and Commissioning of RACONS

Transcript of GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE...

Page 1: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

1

GOVT. OF INDIA

MINISTRY OF SHIPPING

DIRECTORATE GENERAL OF LIGHTHOUSES & LIGHTSHIPS

A-13, SECTOR –24, NOIDA (U.P.), 201 301

BID DOCUMENT

FOR

Supply, Installation, Testing and Commissioning of RACONS

Page 2: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

2

Government of India Ministry of Shipping,

Directorate General of Lighthouses & Lightships A-13, Sector –24, Noida (Up) 201 301

Supply, Installation, Testing and Commissioning of RACONS

INDEX

SECTION NO. CONTENTS PAGE No

Section-I Notice Inviting e-Tender - 03

Section-II Instructions to Bidders - 04-8

Section-III Detailed Bid Notice - 9-15

Section-IV General Conditions of the Contract - 16-20

Section-V Special Conditions of the Contract - 21-22

Section-VI Technical Specifications & Scope of the Work - 23-24

Section-VII Bill of Quantity - 25

Section-VIII Technical Evaluation Criteria - 26

Annexures - 27-32

Page 3: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

3

Government of India Ministry of Shipping,

Directorate General of Lighthouses & Lightships A-13, Sector –24, Noida (Up) 201 301

Supply, Installation, Testing and Commissioning of RACONS

SECTION –I

NOTICE INVITING e- TENDER No. 1/12/2002-MS Dated: 21.08.2015

For and on behalf of the President of India, the Director General of Lighthouses & Lightships (DGLL), NOIDA invites e-bids under two cover system (Part I- Technical bid, Part II-Commercial Bid) for “Supply, Installation, Testing & Commissioning of Frequency Agile Racon” from the Original Equipment Manufacturers (OEM) or authorized agents of OEMs as mentioned below:

1. Estimated cost of the contract Rs.1.16 Cr

2. Earnest Money Deposit Rs.2,30,000/-

3. Tender Fees ( Non-Refundable) Rs 1500/-

4.

Period of Download of Bid

Document

22/8/2015 to 14/09/2015

5. Bid Submission Period 01/09/2015 to 14/09/2015 (1500 hrs)

6.

Date of Opening of Technical Bids

14/09/2015 (1600hrs)

7.

EMD & Tender Fee (in

original) submission period

On or before 14/09/2015 (1500hrs)

8. Period of completion of work 90 days

Note:

1. Tender Fee shall be in the form of Demand Draft drawn in favour of “Pay & Accounts Officer, Lighthouses & Lightships, Noida”, Payable at Noida.

2. Earnest Money Deposit as per the Annex-I for an amount of Rs. 2,30,000/- shall be furnished in the form of Demand Draft/Bank Guarantee from any Nationalized Bank, in favour of “Pay & Accounts Officer Lighthouses & Lightships, Noida”, payable at Noida or FDR pledged to Director General of Lighthouses & Lightships, Noida. The amount of Bank guarantee shall be limited to 50% of the EMD. EMD in any other form shall not be accepted. Validity of EMD shall be for 90 days from the date of opening of Technical Bid.

3. EMD (in original) shall be submitted to the Tender Inviting Authority, on or before 1500 hrs on 14.09.2015 failing which the tender is liable to be rejected. DGLL shall not be responsible for any delay or loss, due to postal/Courier Services.

4. The detailed tender document can be downloaded from website Central Public Procurement

(CPP) Portal https://eprocure.gov.in/eprocure/app. Sale of physical tender document is not

applicable.

Director General For and on behalf of the President of India

Page 4: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

4

Government of India Ministry of Shipping,

Directorate General of Lighthouses & Lightships A-13, Sector –24, Noida (Up) 201 301

Supply, Installation, Testing and Commissioning of RACONS

SECTION – II

INSTRUCTIONS TO BIDDERS

2.1 This section provides the information necessary for bidders to prepare online responsive bids, in

accordance with the requirements of the DGLL. It also provides information for on-line bid submission,

opening, evaluation and award of contract. It is necessary for the bidders to go through the instructions

contained in this section before submission of bid.

2.2 The bidders are required to submit soft copies of their bids electronically on the Central Public

Procurement (CPP) Portal, using valid Digital Signature Certificates. The instructions given below are

meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the

requirements and submitting their bids online on the CPP Portal.

2.2.1 Registration:

(i) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement

Portal by using the “Online bidder enrolment” option available on the home page. Enrolment on

the CPP Portal is free of charge.

(ii) During enrolment / registration, the bidders shall provide the correct/true information including

valid email-ID & mobile no. All the correspondence shall be made directly with the

contractors/bidders through email-ID provided.

(iii) As part of the enrolment process, the bidders will be required to choose a unique username and

assign a password for their account.

(iv) For e-tendering possession of valid Digital Signature Certificate (Class II or Class III Certificates

with signing key usage) is mandatory which shall be obtained from SIFY/TCS/nCode/eMudra or

any Certifying Authority recognized by CCA India on eToken/ Smartcard.

(v) Upon enrolment on CPP Portal for e-tendering, the bidders shall register their valid Digital

Signature Certificate with their profile.

(vi) Only one valid DSC shall be registered by a bidder. Bidders are responsible to ensure that they do

not lend their DSCs to others which may lead to misuse.

(vii) Bidders can then log into the site through the secured login by entering their user ID and the

password of the DSC / eToken.

2.2.2 Preparation of Bids

(i) For preparation of bid, Bidders shall search the tender from published tender list available on

DGLL’s website or CPP portal, download the complete tender document, take into account

corrigendum, if any published, before submitting their bids. After selecting the tender document

same shall be moved to the ‘My favorite’ folder of bidders account from where bidder can view all

the details of the tender document.

(ii) Bidder shall go through the tender document carefully to understand the documents required to be

submitted as part of the bid. Bidder shall note the number of covers in which the bid documents

Page 5: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

5

have to be submitted, the number of documents including the name and content of each of the

document that need to be submitted. Any deviations from these may lead to rejection of the bid.

(iii) Any clarifications, if required, may be obtained on-line through the tender site, or through the

contact details given in the tender document.

(iv) Bidder shall get ready in advance with the bid document to be submitted as indicated in the tender

document/schedule in PDF/xls/rar/zip/dwf/jpg formats. If there is more than one document, they

can be clubbed together using zip format.

(v) Bidder can update well in advance, the documents such as experience certificates, annual report,

PAN, TIN, EPF registration, service tax registration and other details etc., under “My Space”

option, which can be submitted as per tender requirements. This will facilitate the bid submission

process faster by reducing upload time of bids.

2.2.3 Submission of Bids

(i) Bidder shall log into the site well in advance for bid submission so that he/ she upload the bid in

time i.e. on or before the bid submission time.

(ii) Bidder shall prepare the Tender Fee and EMD as per the instructions specified in the NIT/ tender

document. The originals of Tender Fee and EMD shall be submitted to the DGLL, on or before

the last date & time of bid submission. Bidder shall send the EMD & Tender fee through India

post/Courier Service/in person. DGLL shall not be responsible for any delay or loss, due to

postal/Courier Services. The details of the Demand Draft/Bank Guarantee/FDR, sent physically,

shall tally with the details available in the scanned copy and the data entered during bid

submission time, otherwise the uploaded bid is liable to be rejected.

(iii) While submitting the bids on-line, the bidder shall read the terms & conditions (of CPP portal)

and accept the same in order to proceed further to submit his bid.

(iv) Bidder shall select the payment option as off-line to pay the Tender Fee/ EMD and enter details

of the Demand Draft/Bank Guarantee/FDR.

(v) Bidder shall digitally sign and upload the required bid document step by step as indicated in the

tender document.

(vi) Bidder shall note that the very act of using DSC (Digital Signature Certificate) for downloading

the tender document and uploading their offer is deemed to be a confirmation that they have read

all sections and pages of the tender document without any exception and have understood the

complete tender document and are clear about the requirements of the tender.

(vii) Bidder shall note that each document to be uploaded for the tender should be less than 2 MB. If

any document is more than 2MB, it can be reduced through zip/rar and the same can be

uploaded. For the file size of less than 1 MB, the transaction uploading time will be very fast.

(viii)Utmost care shall be taken for uploading Schedule of rates. Any change/ modification of the

price schedule shall render it unfit for bidding. Bidders shall download the Bill of Quantity i.e.

Section-VII, in XLS format and save it without changing the name of the file. Bidder shall quote

his rates in figures in white background cells, thereafter save and upload the file in financial bid

cover (Price bid) only. If the Bill of Quantity file is found to be modified by the bidder, the bid

will be rejected.

The bidders are cautioned that uploading of financial bid elsewhere i.e. other than in cover 2 will

result in rejection of the tender.

(ix) Bidder shall submit his bid through on-line e-tendering system to the Tender Inviting Authority

(TIA) well before the last date & time as per Server System Clock of bid submission. The TIA

Page 6: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

6

will not be held responsible for any sort of delay or the difficulties faced during the submission of

bids on-line by the bidders at the eleventh hour.

(x) After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the portal), the bidder

shall take print out of system generated acknowledgement number, and keep it as a record of

evidence for on-line submission of bid, which will also act as an entry pass to participate in the

bid opening.

(xi) Bidder shall follow the server time being displayed on bidder’s dashboard at the top of the tender

site, which shall be considered valid for all actions of requesting, bid submission, bid opening

etc., in the e-tender system.

(xii) All the documents being submitted by the bidder would be encrypted using PKI (Public Key

Infrastructure) encryption techniques to ensure the secrecy of the data. The data entered cannot

be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids

is maintained using the secured Socket Layer 128 bit encryption technology. Data storage

encryption of sensitive fields is done.

(xiii) The bidder shall ensure that the bid document submitted shall be free from virus and if the

documents could not be opened due to virus during tender opening, the bid is liable to be

rejected.

(xiv) Any bid document that is uploaded to the server is subjected to symmetric encryption using a

system generated symmetric key. Further this key is subjected to asymmetric encryption using

buyers/bid openers public keys. Overall, the uploaded tender documents become readable only

after the tender opening date/time by the authorized bid openers.

(xv) The bidder shall logout of the tendering system using the normal logout option available at the

top right hand corner and not by selecting the (X) exit option in the browser.

(xvi) Any query relating to the tender document and the terms & conditions contained therein should

be addressed to the Tender Inviting Authority or the relevant contact person indicated in the

tender.

(xvii) Pre bid Meeting :The prospective bidder require any clarification about tender document may

obtain the same on-line/ off-line from Tender Inviting Authority i.e. Director General of

Lighthouses & Lightships, Deep Bhawan, Noida, in person or otherwise in writing so as to

reach the said office on or before 1400hrs on 27.08.2015. The pre-bid meeting is scheduled

on 28.08.2015 at 1200 hrs.

(xviii) Any query relating to the process of online bid submission or queries relating to CPP Portal in

general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the

helpdesk is 1800 3070 2232.

2.3 Submission of Offer

The tender shall be submitted online in two cover system duly scanned and digitally signed by

the authorized representative of the bidder as follows:

A) Cover -1 (Technical Bid)

On-line bid shall be submitted containing copies of following document in Cover-1 for

documentary proof, for fulfilling qualifying criteria failing which the offer shall be summarily

rejected.

i) Scanned Copy of Earnest Money Deposit as per Annex-I for an amount of Rs.2,30,000/-

in the form of Demand Draft/Bank Guarantee from any Nationalized Bank, in favour of

Page 7: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

7

“Pay & Accounts Officer Lighthouses & Lightships, Noida”, payable at Noida or FDR

pledged to Director General of Lighthouses & Lightships, Noida. The amount of Bank

guarantee shall be limited to 50% of the EMD. EMD in any other form shall not be

accepted. Validity of EMD shall be for 90 days from the date of opening of Technical Bid.

ii) Scanned Copy of Tender fee (Non-refundable) of Rs.1500/- in the form of Demand

Draft drawn in favour of “Pay & Account Officer, Lighthouses & Lightships, Noida”

payable at Noida

iii) Scanned copies of proof for eligibility as per clause 3.1.3 of bid document.

iv) If the Cover-1 i.e. technical bid does not contain any of the above mentioned documents

or contains incomplete or unsuitable technical details, then the offer shall be liable to

rejection/disqualification and Cover–2, i.e. Price Bid of the technically disqualified offers

shall not be opened.

v) The bidders are cautioned that divulging of any price information in Cover-1 (Technical

Bid) will result in rejection of their tender.

B) Cover-2 (Price Bid)

The Cover-2 shall contain the price bid in the enclosed "Bill of Quantity" as per the excel

format at Section–VII.

i) Price bid in excel format (BoQ) provided in the tender document shall be used for

quoting price/offer.

ii) The quoted rates shall be written in figures in BoQ which shall be duly digitally signed by

the bidders or his authorized person.

iii) It may be noted that this part shall not contain any terms & conditions. Any condition

given in the price bid (Cover-2) will be a sufficient cause for rejection of bid.

iv) The rates shall only be quoted in Indian Currency only, if quoted in any other currency,

the offer will be summarily rejected.

2.4 Opening of Bids

2.4.1 The bid shall be submitted on-line at website https://eprocure.gov.in/eprocure/app only, by the

due date 14.09.2015 and time up to 1500 hrs. The Server Date & Time shall only be considered

for the cut- off date and time for submission of bids. Offers sent through post, telegram, fax,

telex, e-mail, and courier or by any other mode will not be considered. In case of date of

opening is declared, as Central Government closed holiday, the tender will be opened on next

working day at the same time.

2.4.2 Only those bidders shall be considered qualified by the DGLL, who submit requisite Tender

fee, EMD and necessary documents, accept all the terms & conditions of the Tender document

unconditionally and meet the qualifying requirement stipulated in the Tender document. The

decision of the DGLL shall be final and binding in this regard.

2.4.3 The bidder shall bear all the cost associated with the preparation and submission of its bid. The

DGLL will in no case be responsible or liable for these costs, regardless of the conduct or

outcome of the tendering process.

Page 8: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

8

2.5 Evaluation of Bids:

2.5.1 The DGLL shall determine whether each bid is of acceptable quality, is generally complete and

is substantially responsive to the tender document. For the purposes of this determination, a

substantially responsive bid is one that conforms to all the terms, conditions & specifications of

the tender document without any deviations, objections, conditionality or reservations.

2.5.2 Price Bid shall be evaluated based on the basic price.

2.5.3 If a bid is not substantially responsive, it will be rejected by the DGLL.

2.5.4 The bid that does not meet minimum acceptable standards of completeness, consistency and

details will be rejected for non-responsiveness.

2.5.5 If performance of the bidder in a contract for any major work is unsatisfactory as certified by

the any authority of the relevant work, the offer of the bidder will be summarily rejected

without assigning any reasons thereof.

2.5.6 The Price bid(s) of the bidders, who fulfils the technical requirement of the bid(s), shall be

evaluated further.

2.5.7 Any effort by a bidder to influence the DGLL in the process of examination, clarification,

evaluation and comparison of tenders, and in decisions concerning award of contract, may

result in rejection of the bid.

2.6 Award of the Contract:

2.6.1 The bidder whose bid has been accepted shall be notified for the award by the DGLL prior to

expiration of the Bid validity period through Letter of Intent. After receiving performance Bank

Guarantee, contract shall be awarded.

2.6.2 The Bidder shall promptly check his/her e-mail box registered with CPP Portal for receipt of

any information/clarification/ correspondence in respect of their bid. The DGLL shall not be

responsible for non-receipt/failure of e-mail to the bidders.

2.6.3 If any of the information furnished by the bidder is found to be incorrect at any stage, the bid/

contract is liable to be rejected/terminated and the EMD/ Performance Security will be

forfeited.

2.7 DGLL reserves the right to cancel the tender without assigning any reason thereof.

***

Director General of Lighthouses and Lightships

For and on behalf of the President of India.

Page 9: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

9

Government of India

Ministry of Shipping

Directorate General of Lighthouses & Lightships

A-13, Sector–24, Noida (U.P.) - 201 301

Supply, Installation, Testing and Commissioning of RACONS

SECTION –III

DETAILED BID NOTICE

3.1 Eligibility Criteria

3.1.1 It is an essential requirement that the bidder has taken up, executed and satisfactorily completed

at least one similar work amounting to not less than Rs.93,00,000/- or two similar works each

amounting to not less than Rs.70,00,000/ or three similar works each amounting to not less than

Rs.46,00,000/-during last seven years ending 31st March, 2015.

Similar work means supply, installation, testing, commissioning, and handing over of ‘X’ band

Racon, Radar and Radio communication equipments.

3.1.2 The bidder should be authorized agent of OEM and must have at least three years’ experience in

Supply, installation, testing, commissioning, and handing over Racon, Radar equipment or

communication equipment, if the bidder is not the OEM. If the OEM of the Racon is of Chinese

origin, the Racon must be approved by the China Maritime Authority.

3.1.3 The bidder is required to furnish detailed information with regard to their financial capacity,

technical capability and experience. Following details with supporting documents shall be

furnished along with the Technical Bid-

(i) Earnest Money Deposit in prescribed Performa (Annex I).

(ii) Proof of execution and satisfactory completion of similar works along with copies of work

order(s) and work completion certificate(s) during last seven years.

(iii) Copies of original documents defining the legal status, place of registration, principal

place of business, written power of attorney of the signatory of the bidder to commit the

bid.

(iv) Report on the financial standing of the Bidder i.e. annual turn-over of the Company, profit

and loss statement and auditor’s report for the past five years ending 31st March, 2015.

(v) Information regarding projects in hand and their progress.

(vi) Information regarding any litigation, current or during last 5 years, orders regarding

exclusion, expulsion or black-listing if any, in which bidder is involved, the parties

concerned and disputed amount.

(vii) Total monetary value of work performed for each of last seven years.

(viii) Key technical personnel available for execution of the project with their qualification and

experience.

(ix) Copies of Income Tax Return & Sales Tax Clearance Certificate for the last three years.

Page 10: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

10

(x) Solvency Certificate of Rs. 39 Lakh, issued by a RBI approved bank.

(xi) Scanned copy of Tender Acceptance Letter (Annexure-IV).

The bid shall be rejected if the documents are found false or fake. If at a later stage, the

documents submitted are found false or fake, the Contract shall be terminated and performance bank

guarantee shall be forfeited. Also, the Contractor shall be fined as deemed appropriate by the employer

for breach of trust.

3.1.4 It will be an essential requirement that the prospective bidder shall be fully equipped & capable

to carry out the maintenance, repair & stocking of spare parts required for maintenance support.

3.2 Cost of Bidding

The bidder shall bear all the costs associated with the preparation and delivery of the bid. The

employer shall in no case be responsible or liable for these costs.

3.3 Assurance

The bidder shall be required to give satisfactory assurance of his ability and intention to deliver

the goods and services, pursuant to the Contract, within the time set forth therein.

3.4 Bid Document 3.4.1 The bid document contains the following:

Section I Notice Inviting e-tender.

Section II Instructions to Bidders

Section III Detailed Bid Notice

Section IV General Conditions of Contract

Section V Special Conditions of Contract

Section VI Technical Specifications & Scope of work

Section VII Bill of quantity

Section VIII Technical Evaluation criteria

Annexures

3.4.2 The bidders are expected to examine the bid document including all instructions, forms, terms

& conditions and specifications. Failure to furnish any information required in bid document or

submission of bid not substantially responsive as per the bid document in every respect shall

result in rejection of the Bid.

3.5 Clarification on bid document

3.5.1 Prospective Bidder requiring any further information or clarification on the Bid document may

request the employer in writing by fax/e-mail at the Employers mailing address indicated in

General Conditions of the Contract. The last date & time to submit queries to the TIA on

bid document is 27.08.2015 up to 1400 hrs.

3.5.2 A pre-bid meeting with prospective Bidders, who have purchased the bid documents, will

be held on 28.08.2015 at 1200hrs at the Deep Bhawan, Noida to clarify the issues & to

answer questions on any matter that may be received at that stage as stated in clause 3.5.1.

Bidders are advised to attend the pre-bid meeting; however, non-attendance of the pre-bid

meeting shall not be a cause for disqualification of the Bidder. Any substantive clarification

arising out of the pre-bid meeting would be notified by a corrigendum to bid document along

with the text of questions received (without identifying the source of inquiry) and the responses

given by uploading on CPP portal. No further queries shall be entertained after settling

clarifications/issues received during the above pre- bid meeting.

Page 11: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

11

3.6 Amendment of bid document

3.6.1 At any time prior to the deadline for submission of Bids, the TIA may for any reason, at his

own initiative, modify the bid documents by amendment and same shall be uploaded on CPP

portal.

3.6.2 The amendment/corrigendum/addendum issued by TIA (Tender Inviting Authority) shall be part

of the bid document.

3.7 Language of the bid

All documents related to bid shall preferably be in English language. The language for

communications shall be English. Any printed literature furnished by the bidder may be written

in another language provided that this literature is accompanied by an English Translation. In

such case, for purpose of interpretation of the Bid, the English translation shall prevail.

3.8 Preparation of Bid

3.8.1 (a) The bid prepared by the bidder shall be having two Covers viz. Cover-1 (Technical bid) and

Cover-2 (Commercial bid).

(b) One set of Technical bid duly stamped and signed shall be submitted before date & time of

submission along with EMD & cost of bid in original.

3.8.2 The technical bid shall comprise the following –

(a) Detailed proposal along with technical specifications and drawings furnished in

accordance with the bid document.

(b) Documentary evidence establishing, in accordance with instructions to Bidder, that the

Goods and Services to be supplied by the bidder conform to the bid document.

(c) Documentary evidence establishing, in accordance with Instructions to Bidder, that the

bidder is eligible to bid.

(d) Documentary evidence establishing, in accordance with Instructions to Bidder, that the

bidder is qualified to perform the Contract if the bid is accepted.

(e) All the documents as mentioned in Para 3.1 (3.1.1, 3.1.2, 3.1.3, &3.1.4).

(f) Earnest Money Deposit as per Annex-I for an amount of Rs.2,30,000/- shall be

furnished in the form of Demand Draft/Bank Guarantee from any Nationalized Bank,

in favour of “Pay & Accounts Officer Lighthouses & Lightships, Noida”, payable at

Noida or FDR pledged to Director General of Lighthouses & Lightships, Noida. The

amount of Bank guarantee shall be limited to 50% of the EMD. EMD in any other

form shall not be accepted. Validity of EMD shall be for 90 days from the date of

opening of Technical Bid.

(g) An undertaking to the effect that the price bid does not contain any condition.

(i) An undertaking to the effect that the design, the Contractor’s Documents, the execution

of works will be in accordance with the laws of the land.

(j) An affidavit regarding any litigation, current or during last 5 years, orders regarding

exclusion, expulsion or black-listing if any, in which bidder is involved, the parties

concerned and disputed amount.

(h) A declaration on non-judicial stamp paper of Rs.100/- that the goods/articles/stores

used under this order shall be of the best quality and workmanship and new in all

respects and in accordance with the specifications and particulars of the equipment

installed on the stations.

3.8.3 The Commercial bid shall contain Bill of quantities (BOQ at section -VII) duly filled in

accordance with instructions to bidder.

3.9 Bid Price

Page 12: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

12

3.9.1 The bidder shall complete the appropriate price for schedule of works as in BOQ included in the

bid document stating item wise, unit price and the total amount.

3.9.2 Price quoted by the bidder shall remain firm and valid till completion of Contract.

3.10 Bid Currencies

The Contract provides for payment of the Contract Price in Indian Rupee only.

3.11 Documents establishing conformity of the Bidder’s proposal to the bid document.

3.11.1 The documentary evidence of conformity of the goods and services to the bid document may be

in the form of literature, drawings, data and shall include detailed description on the proposal’s

essential technical and performance characteristics. Apart from above it shall also include the

following –

(i) Documents such as user/operation manual, technical manuals.

(ii) Any additional features and functions.

3.11.2 A detailed schedule of execution of the work under the Contract (Work Schedule), outlining

key activities and critical item on the schedule which could influence the Contract completion

date. A time schedule in man-days for the execution of works from the commencement of

works to the handing over of the system shall be incorporated.

3.11.3 A detailed schedule of works on power supply, environmental controls needed, or any other

resources/service/activities if that are to be provided by the Employer indicating clearly their

time schedule and criticality must be spelt out.

3.12 Filling up of Bid

3.12.1 All the rates and amount shall be quoted in whole denomination of the Indian Rupee.

3.12.2 The rate of each item shall be quoted in figures. The amount in figures shall be written in such

a way that interpolation is not possible.

3.12.3 No amount shall be paid to the Contractor for the item for which no rate or amount is quoted by

the Bidder, but the contractor shall be bound to do that job/work free of cost (on zero amount).

Moreover, for comparison purpose, highest rate quoted by other bidders shall be loaded for the

subject component/item.

3.12.4 The bidder shall be deemed to have satisfied himself before Bidding as to the correctness and

sufficiency of his bid for the works and of the rates & amount quoted in the schedules of works,

which rates & amounts, shall, except as otherwise provided, cover all his obligations under the

contract and all matters and things necessary for the proper completion of the work as aforesaid

in accordance with good practices and recognized principles.

3.12.5 In case of any bid where unit rate of any item appears unrealistic, such bid shall be considered

unbalanced and non-responsive. The employer may ask for providing satisfactory explanation

for such unrealistic quoted rate. If bidder is unable to provide satisfactory reply with supporting

analysis of rates, the bid shall be rejected.

3.12.6 Each bidder shall submit only one bid for this work. A bidder who submits more than one bid

for this work will attract disqualification and rejection of all of his bids and EMD shall be

forfeited.

3.12.7 The bidder shall not be under a declaration of ineligibility for corrupt & fraudulent practices in

any Govt. Department or Organization in India or Abroad.

Page 13: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

13

3.13 Clarification on Bids

To assist in the examination and evaluation of bids, DGLL may, at his discretion, ask the bidder

for any clarification on his bid. All responses to such requests for clarification shall be in

writing. No change in the prices or substance of the bid shall be sought, offered or permitted.

3.14 Preliminary Examination

The employer will examine the bids to determine whether they are complete, any computational

errors have been made, required details have been furnished, the documents have been properly

signed or the Bids are generally in order.

3.15 Award of work and signing the agreement

3.15.1 The employer shall award the Contract to the bidder whose bid has been determined to be

responsive to the bid document and who has offered the lowest bid price, provided that such

bidder has been determined in accordance with the provisions of Clause 3.1.1, 3.1.2., 3.1.3 &

3.1.4

3.15.2 The employer shall award the contract within 90 days of the opening of the Technical bid.

3.15.3 The bidder whose bid has been accepted shall be notified by LOI for the award by the DGLL

prior to expiry of the bid validity period by cable, telex or facsimile confirmed by registered

letter. The letter of Intent will state the sum that the Employer shall pay the Contractor in

consideration of the execution, completion, commissioning and handing over of the works by

the Contractor as prescribed in the Contract.

3.15.4 Within 15 days of receipt of Letter of Intent, the successful bidder will furnish the Letter of

Acceptance, contract performance bank guarantee of 10% of the contract value with validity

period of 6 months beyond the expiry of warranty of 3 years and shall sign the Contract

agreement with the employer. The bid document, pre bid clarifications, corrigendum/addendum

and correspondences made between the employer and the successful bidder shall form part of

the Agreement.

3.15.5 The E.M.D. of the Bidders shall be refunded without any interest within 30 days of award of

the contract.

3.15.6 The tendered rate should be valid for a period of 180 days from the date of opening of technical

bids.

3.16 Evaluation of Bids

3.16.1 The DGLL will determine whether each bid is of acceptable quality, is generally complete and is

substantially responsive to the tender document. For the purposes of determination, a

substantially responsive bid is one that conforms to all the terms, conditions & specifications of

the tender document without any deviations, objections, conditionality or reservation.

3.16.2 The bid that does not meet minimum acceptable standards of completeness, consistency and

details will be rejected for non-responsiveness.

3.16.3 If the performance of the bidder in any contract for any major work is unsatisfactory as certified

by the any authority of the relevant work, the offer of the bidder will be summarily rejected

without assigning any reasons thereof.

Page 14: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

14

3.16.4 The bidders shall quote the rates only for the items mentioned in the Bill of Quantity in excel

format provided along with this tender. The rates quoted for the item other than the items

mentioned above shall not be considered for evaluation.

3.16.5 The rates shall be quoted in Indian Currency only and if quoted in other currency, the offer will be

rejected.

3.16.6 The units of the items shall be same as per the Bill of Quantity and any other unit mentioned in

the offer will be liable to be rejected.

3.16.7 Conditional offers are liable for rejection.

3.16.8 The Price bid of the prospective bidders, who fulfils the technical eligibility of the bid(s), shall be

evaluated further. Technical evaluation of the bids shall be made by a Committee at the primary

stage of scrutiny. The minimum qualifying marks in technical evaluation, to be obtained by

intending bidder to qualify for bid is fixed as 80%. The commercial bid of those bidders failing

to achieve less than 80% marks in technical evaluation shall not be considered for opening.

3.16.9 The time allowed for the supply of equipment, installation, testing and commissioning shall be 90

days from the date of signing of the contract agreement.

3.16.10 The Director General of Lighthouses and Lightships (DGLL) does not bind himself to accept the

lowest or any bid. He is free to reject any or all of the bids received without assigning any

reason. He also reserves right for himself of accepting the whole or any part of the bid and

bidder shall be bound to perform the same at the rates quoted. All bids in which any of the

prescribed conditions are not fulfilled or incomplete in any respect are liable to be rejected. Also

conditional bids will be summarily rejected. Canvassing in any form is strictly prohibited and the

bids submitted by the contractor who resort to any form of canvassing shall be summarily

rejected.

3.16.11 The prices quoted shall be in Indian Rupees & F.O.R destination. No other expenses shall be

borne by the Director General of Lighthouses and Lightships (DGLL) other than what is quoted

in the bid documents.

3.16.12 The bidders shall have well equipped service center/facilities in India with sufficient expertise.

3.16.13The bidder should have clear MOU with OEM for after sales service/repair of Racon.

3.16.14 The DGLL also reserves the right to increase the number of Racons at the same approved rates

and the terms/conditions and during the currency of contract and shall place the supply order for

additional Racons.

3.16.15 Those bidders whose near relatives are posted as accountants or as an officer in any capacity

between the grades of Director General & Assistant Engineer (both inclusive) in the Directorate

General of Lighthouses & Lightships shall not be permitted to bid. The prospective bidder shall

also intimate the names of persons who are working with him in any capacity or subsequently

employed by him & who are near relative to any Gazetted Officer in the DGLL or in the Ministry

of Shipping. Any breach of this condition by the bidder/contractor shall render him ineligible. By

the term ‘near relative’ is meant wife, husband, parents and grandparents, children

&grandchildren, brothers and sisters, uncles, aunts & corresponding in laws.

Page 15: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

15

3.16.16 No engineer of Gazetted rank or other Gazetted officer employed in engineering or

administrative duties in an engineering Department of Govt. of India is allowed to work as a

contractor for a period of two years after his retirement from Govt. service, without the prior

permission of the government of India in writing. The contract is liable to be cancelled if either

the contractor or any of his employees is found anytime to be such a person who had not obtained

the permission of Govt. of India as aforesaid, before submission of the bid or engagement in the

contractor’s service.

3.16.17 (i) The rates quoted by the bidder shall remain valid for a period of 180 days from the date

of opening the bids. The DGLL may or may not place supply order on the successful

bidder for supplying the above listed optional items.

(ii) Bidders shall supply & install the RACONs and set the Morse code for Suhelipar (Code

“O”) Androth East (Code “D”), Savaibet (Code “M”), Bural Reef (Code “D”), Veraval

(Code “K”) North Point (Code “K”) and one number Racon without setting of Morse

code for Chennai Directorate.

3.16.18 Any effort by a bidder to influence the DGLL in the process of examination, clarification,

evaluation, and in decisions concerning award of contract, may result in rejection of the bidder's

tender.

Director General of Lighthouses and Lightships

For and on behalf of the President of India.

Page 16: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

16

Government of India

Ministry of Shipping

Directorate General of Lighthouses & Lightships

A-13, Sector–24, Noida (U.P.) - 201 301

Supply, Installation, Testing and Commissioning of RACONS

SECTION –IV

GENERAL CONDITIONS OF THE CONTRACT 4.1 General:

(i) DGLL shall mean the Director General of Lighthouses & Lightships, Noida having its office at

Deep Bhavan, A-13, Sector-24, Noida – 201 301 and shall include his legal representatives and

successors and permitted assigns.

(ii) Accepting authority shall be DGLL or his authorized representative.

(iii) The contract shall mean the notice inviting bid, the bid and acceptance thereof and the formal

agreement if any, executed between the DGLL and the contractor together with the documents

referred to therein including these conditions with annexures and any special conditions, the

specifications, designs, drawings, Bill of Quantities / items with rates. All these documents

taken together shall be deemed to form contract and shall be complementary to one another.

(iv) The contractor shall mean the individual or firm or company whether incorporated or not,

undertaking the works / jobs and shall include legal representatives of such individual or

persons composing such firm.

(v) The prices quoted shall be F.O.R. destinations and no other expenses shall be borne by the

DGLL other than what is quoted in the bid.

(vi) The cost associated with the preparation and submission of bid shall be borne by the bidder and the DGLL shall in no case be responsible or liable for such costs.

(vii) To be eligible for award of contract the bidder shall provide evidence, satisfactory to the DGLL

of their eligibility, their capacity and adequacy of resources to carry out the subject contract effectively. It is an essential requirement that the bidders have prior experience in the field as indicated in the Notice Inviting Bids.

(viii) The site shall mean the premises of the Lighthouses at Suhelipar & Androth East of

Lakshadweep Islands of Cochin Directorate, Savaibet, Bural Reef &Veraval of Jamnagar

Directorate, North Point of Port Blair Directorate and one number Racon for Chennai

Directorate.

(ix) The works shall mean the works to be executed in accordance with the contract and shall include

all extra or altered or substituted works or temporary and urgent works as required for

performance of the contract.

(x) The contractor shall satisfy himself with regard to the nature of work to be done, its scope, the

conditions of contract, specifications, etc. included in the bid document.

(xi) The contractor shall abide by prevalent rules & regulations for security and safety. Any material

brought inside the premises of the office which is required to be taken out from the premises

shall have necessary prior written permission from the DGLL, or his authorized representative.

Page 17: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

17

(xii) The rates shall remain valid for a period of 180 days in all the respect from the date of opening

the Technical Bid.

(xiii) It will be absolutely necessary on the part of the bidder to sign the tender documents for all its

parts. The successful bidder at the time of award of the work shall enter into an agreement with

the Director General of Lighthouses & Lightships as per the conditions stipulated in this tender.

(xiv) No interest shall be payable to the contractor against the earnest money /security

deposit/performance bank guarantee or any money recovered from the contractor.

(xv) During the course of the bidding, the DGLL may modify certain aspects of the bid, by

amendment. The modification may be based on DGLL’s own initiative or on clarifications issued. Such amendments shall be intimated to all the bidders in writing at CPP portal. Additional time required, if any, due to the amendments shall be intimated in advance by the bidders. The DGLL at his discretion may extend the last date for submission of bids in order to give reasonable time to bidders to take the amendments into account.

(xvi) The bid submitted by the bidder and any other correspondence shall be in English language. Any

document enclosed with the bid that is not in English shall be accompanied by the certified English translation.

(xvii) The bidder shall furnish complete details regarding the similar work carried out/in hand by the

bidder. Such list along with the addresses shall be submitted with the bid. (xviii) The bids completed in all respect as per the time prescribed in the notice inviting bids shall be

submitted at https://eprocure.gov.in/app along the copy of Cost of the bid and EMD in cover 1 and commercial bid in cover 2.

(xix) The bidders are required to quote the rates in Indian rupees only. All the payments shall be made

in the Indian rupee. The contract sum shall mean the sum for which the bid is accepted. (xx) All the future correspondences in this connection shall be addressed to:

The Director General of Lighthouses & Lightships,

Deep Bhavan, A-13, Sector-24, Noida

Distt: GautamBudh Nagar (UP),Pin: 201 301

Phone No.0120- 241-1294/241-2677

Fax No. 0120 2411345, e.mail:- [email protected]

(xxii) The DGLL may terminate the contract at any time for unsatisfactory response by the contractor

and only proportionate amount shall be paid.

(xxiii) Income tax shall be deducted as per the provision of income tax act.

4.2 Material and workmanship:

Material and workmanship required for the execution of the contract is to be of first quality and

to the satisfaction of the DGLL or his representative who shall have full powers to reject any items of the stores or all the materials and/or workmanship which may appear to him to fall short of the requirements.

Page 18: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

18

In the event of any doubt occurring in the execution of the work either in respect of maintenance of systems or in respect of any other item of the work for any reason whatsoever, the contractor shall refer the matter to the DGLL whose decision shall be final and binding.

4.3 Rescindment of contract:

If at any stage during the work, the Contractor ceases work or refuses to fulfill his part of the

contract, the DGLL shall have power to rescind the contract, of which rescission notice in writing to

Contractor(s) under the hand of the DGLL shall be conclusive evidence of Contractor(s)’s default and

the whole of the Performance Bank Guarantee paid by Contractor(s) shall stand forfeited and be

absolutely at the disposal of the Government. The DGLL, shall moreover, have the power to adopt any

measure for completion of the work in any manner he may choose. In the event of such a course being

adopted any expenses which may be incurred in excess of the sum which would have been paid to the

Contractor(s), if the whole work had been executed by Contractor(s) (for the amount in such cases, the

certificate in writing of the DGLL shall be final and conclusive) shall be realized from the Contractor(s)

from any money which may be due to him under this or any other contract or otherwise. In the case

when the contract has been rescinded under the aforesaid provision, the Contractor(s) shall have no

claim for compensation for any loss sustained by him for reasons of having purchased any material or

having entered into any engagement or made any advance on account of the execution of the work. But

on the other hand, the DGLL shall be entitled to take possession of any or part of any material which

has been brought by the Contractor(s) to the site of work and in which event the Contractor(s) shall be

entitled to such payment therefore as may be considered reasonable by the DGLL. 4.4 Subletting.

The contract shall not be assigned or sublet whole or any part of the work without the written approval of the DGLL.

4.5 Insolvency and breach of contract

The Director General may at any time by notice in writing summarily determine the contract without compensation to Contractor(s) in any of the following events-

If Contractor(s) being an individual or if a firm any partner in Contractor(s) shall at any time be

adjudged insolvent or shall have a receiving order or order for administration of his estate made against him or shall take any proceedings for liquidation or for Composition under any Insolvency Act for the same being in force or make any conveyance or assignment of his effects or enter into any arrangement with this creditors or suspend payment or if the firm be dissolved under the Partnership Act; or

If the Contractor(s) being a company shall pass a resolution or the court shall make an order for

the liquidation of its affairs or a Receiver or Manager on behalf of the debenture holders shall be appointed or circumstances shall have arisen which entitled the court or debenture-holders to appoint a Receiver or Manager; or

If the Contractor(s) commits any breach of this Contract not being specifically herein provided

for; provided always that such determination shall not prejudice any right of action or remedy which shall have accrued or shall accrue thereafter to the President of India and provided also that Contractor(s) shall be liable to pay the President of India for any extra expenditure they are hereby put up. 4.6 Guaranty/warranty:

The Bidder shall declare on non-judicial stamp paper of Rs.100/- that the goods/articles/stores used under this order shall be of the best quality and workmanship and new in all respects and in accordance with the specifications and particulars of the equipment installed on the stations. Supplier shall provide warranty of 3 years from the date of completion of work/acceptance. Warranty shall cover protection against damages by lightning and surges.

4.7 Extra Work No claim for extra work shall be entertained except where such extra work has been authorized

in writing by the DGLL or his authorized representative.

Page 19: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

19

4.8 Time of Completion 4.8.1 The work shall be completed in all respect within 90 days from the date of award of contract.

4.8.2 Should it appear to the Director General at any time during the progress of the work, that the

progress is unsatisfactory he shall have full powers to employ such extra labour as he may consider necessary for the proper progress of the work and shall debit the cost of such labour to the contractor, which shall be the first charged upon bills of contractor.

4.8.3 If contractor shall desire an extension of time for the completion of the work on the grounds of having been unavoidably hindered in its execution or on any other ground, the contractor shall apply in writing to the DGLL within 15 days of the date of the hindrance on account of which he desires such extension. If in the opinion of the DGLL, which shall be final, the grounds shown by contractor are reasonable, the DGLL may authorize such extension of time as may in his opinion, be necessary or proper.

4.9 Penalty Clause 4.9.1 Throughout the stipulated period of contract the work shall be proceeded with all due diligence.

The contractor shall pay a sum equal to 1% of the cost of the work for each week the work remains incomplete beyond the stated period, provided that the entire amount of compensation to be paid under the provision of this clause shall not exceed 10% of the cost of the work as indicated in the contract.

4.9.2 All the case of delay shall be decided by the Director of Lighthouses & Lightships,

Jamnagar/Kochi/Chennai/Port Blair or his authorized representative.

4.10 Inspection of Work:

4.10.1 Racons shall be inspected and tested by the DGLL or his authorized representative(s). A notice

of 15 days shall be given by the Contractor once the supply is ready for dispatch.

4.10.2 The inspection and tests shall be conducted either in the premises of the manufacturer/supplier

and/or at the destinations. In case the necessary test facility does not exist at the supplier’s premises, the test shall be conducted at one of the reputed laboratories of the Government of India. The agreement to this effect could be mutually arrived at. The charges towards all the facilities and inspection shall be borne by the Contractor. All facilities and assistance including access to charts, production data and documentation shall be furnished to the inspectors at no extra charge to the DGLL.

4.10.3 If any inspected or tested goods fail to conform to the requirements as specified, the same shall

be rejected and the manufacturer/supplier shall replace them or make all alterations necessary to meet the Specifications, without any additional charges.

4.10.4 DGLL’s right to inspect, test and where necessary reject the goods after arrival of goods at the

site of installation shall in no way be limited or waived for the reasons that the goods having previously been inspected, tested and passed.

4.11 Interest on money due to the Contractor:

The Contractor shall not be entitled to interest or damage for loss of interest upon any amount

lodged as deposits with the Department or upon payments in arrears or upon any balance, which may, on the final settlement on their account, be due to him/them.

4.12 Termination

(i) In the event of the Contractor going into liquidation or winding up his business or making

arrangement with his creditors, this agreement shall stand ipso fact terminated from the date of

Page 20: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

20

occurrence of such event. This termination shall be without prejudice to any other rights to remedies, available to the DGLL under this agreement.

(ii) In the event of any breach of terms and conditions of this Agreement or unsatisfactory

performance of the contractor, the DGLL shall have the right to terminate the Agreement forthwith by giving 30days notice. The decision of the DGLL under this clause shall be final.

4.13 Arbitration: In the event of any question, dispute or difference arising under these conditions or in

connection with this contract (except as to any matter the decision of which is specially provided for by these conditions) the same shall be referred to the sole arbitration of the Director General or some other person appointed by him. It will be no objection that the arbitrator is a Government Servant that he had to deal with the matters to which the contract relates or that in the course of duties as a government servant he has expressed views on all or any of the matters in the dispute or differences. The award of the arbitrator shall be final and binding on the parties to this contract. 4.14 Force Majeure 4.14.1 Definition of Force Majeure

“Force Majeure” means an exceptional event or circumstance: (i) Which is beyond a Party’s control,

(ii) Which such Party could not reasonably have provided against before entering into the Contract,

(iii) Which, having arisen, such Party could not reasonably have avoided or overcome, and (iv) Which is not substantially attributable to the other Party?

Force Majeure shall include, but is not limited to, exceptional events or circumstances of the kind listed below, so long as conditions (i) to (iv) above are satisfied:

(i) War, hostilities (whether war be declared or not), invasion, act of foreign enemies,

Rebellion, terrorism, revolution, insurrection, military or usurped power, or civil war, (ii) Riot, commotion, disorder, strike or lockout by persons other than the Contractor’s Personnel and other employees of the Contractor and Sub-contractors,

(iii) Munitions of war, explosive materials, ionizing radiation or contamination by radio- activity, except as may be attributable to the Contractor’s use of such munitions, explosives and natural catastrophes such as earthquake, hurricane, typhoon or volcanic activity.

4.14.2 Notice of Force Majeure If the Contractor is prevented from performing any of its obligations under the Contract by

Force Majeure, then he shall give notice to the DGLL of the event or circumstances constituting the Force Majeure and shall specify the obligations, the performance of which is or will be prevented. The notice shall be given within 15 days after the Contractor became aware, or should have become aware, of the relevant event or circumstance constituting Force Majeure.

The Contractor shall, having given notice, be excused performance of such obligations for so long as such Force Majeure prevents it from performing them.

Notwithstanding any other provision of this Clause, Force Majeure shall not apply to

obligations of either Party to make payments to the other Party under the Contract.

Director General of Lighthouses and Lightships

For and on behalf of the President of India.

Page 21: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

21

Government of India

Ministry of Shipping

Directorate General of Lighthouses & Lightships

A-13, Sector–24, Noida (U.P.) - 201 301

Supply, Installation, Testing and Commissioning of RACONS

SECTION –V

SPECIAL CONDITIONS OF THE CONTRACT

5.1 General:

5.1.1 The bidder should have well equipped service centers/facilities in India with sufficient expertise.

5.1.2 Bidder shall ensure that existing copper earthing is proper and make good if any short comings

at no extra cost.

5.1.3 The bidder should have clear MOU with OEM for after sales service/repair of Racon.

5.1.4 The bidder shall supply product data-sheet with specifications of various parameters.

5.1.5 The successful bidder shall provide a warranty of 3years and stock sufficient spares with him

for service support.

5.1.6 In case of any repair of the Racon is to be undertaken by the Contractor, the contractor shall made

alternate arrangement so that the services of the Racon is not hampered.

5.2 Penalty Clause

5.2.1 Throughout the stipulated period of contract the work shall be proceeded with all due diligence. The contractor shall pay a sum equal to 1% of the cost of the work for each week the work remains incomplete beyond the stated period, provided that the entire amount of compensation to be paid under the provision of this clause shall not exceed 10% of the cost of the work as indicated in the contract. 5.2.2 All the case of delay shall be decided by the Director of Lighthouses & Lightships, Jamnagar/Kochi/Chennai/Port Blair or his authorized representative.

5.3 Payment terms, Consignee and Paying Authority

5.3.1 Payment terms, details of consignee and paying authority are as follows:

(i) 90% of the contract value after supply, installation, testing & acceptance of the entire

system.

(ii) 10% of the contract value after 1st year of the date of acceptance

Page 22: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

22

Sl. No.

Name & Address Qty. of Racon

Consignee

Paying Authority

1. Androth (E), Lakshadweep Islands, Androth- 682 551

The Director of Lighthouses & Lightships, “Deep Bhawan,” Gandhinagar, Kadavanthara, Kochi-682 020

2Nos. 2. Suhelipar LH, UT of

Lakshadweep.

3. Savaibet, Rajula-365560, Gujarat

The Director of Lighthouses & Lightships, “Deep Bhawan,” Pandit Nehru Marg, Jamnagar- 361 008

3Nos. 4. Bural Reef, Gujarat

5. Veraval, Gujarat-362265

6. North Point, Bhagat Singh

Road, Port Blair-744 101

The Director of Lighthouses & Lightships, “Deep Bhawan,” 44-B.S. Road, Port Blair-744 101

1No.

7. The Director of Lighthouses & Lightships, “Deep Bhawan,” 5/20, Jaffar Syrang Street, Chennai-600 001

The Director of Lighthouses & Lightships, “Deep Bhawan,” 5/20, Jaffar Syrang Street, Chennai-600 001

1No.

Total 7Nos.

5.3.7 Applicable Taxes (VAT/Service/GST) shall be paid extra and as per actual against proof of payment.

Director General of Lighthouses and Lightships

For and on behalf of the President of India.

Page 23: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

23

Government of India

Ministry of Shipping

Directorate General of Lighthouses & Lightships

A-13, Sector–24, Noida (U.P.) - 201 301

Supply, Installation, Testing and Commissioning of RACONS

SECTION –VI

TECHNICAL SPECIFICATIONS & SCOPE OF THE WORK

6.1 The quoted Racon shall meet the following technical specifications:

Input Voltage : 9 - 36V DC (Nominal 12V DC)

Power Consumption

(a) Current during idle period : <20mA

(b) Current during transmission : <150mA

Range : 20 NM

Frequency Band : 9.3 – 9.5 GHz (‘X’ Band)

Frequency Accuracy : ± 2 MHz

Average Power output : 1 Watt

Effective Radiated Power : 4Watt

Response Delay : 667 ns

Response Code : Programmable all 26 Morse code letters

Pulse width response : 50-2000 ns

Receiver sensitivity : -40 dBm

Quiescent period : Programmable 0-60 seconds

Active period : Programmable 4-60 seconds

Blocking period : < 100 µs after end of response

Communication Port : RS 232 / RS 485 Serial Interface for programming external

diagnostic

Radar Blanking : External blanking control port

Lightning Protection- Surge protection : 1 ms at 3000 V

Antenna Gain : 6 dBi

Antenna Polarization : Horizontal

Azimuth Response : 360º

Vertical Response : ± 10º to ±25º

IP Rating : IP67 & above

Temperature : Rated for continuous operation from -10ºCto +55ºC

Humidity : Rated up to 100% during rain

Salinity : Rated to continuous exposure to saline weather

Wind : Rated to withstand up to 100 Knots

Cooling : Natural radiation

Weight : Not more than 20 Kg

Note- If the Racon is of Chinese origin, the Racon must be approved by the China Maritime Safety

Authority.

Page 24: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

24

6.2 The equipment shall be complete in every detail, any component required for its efficient

working even though not specifically stated in the specification shall be supplied and a note to this effect will be made in the Bid.

6.3 Scope of the Work:

6.3.1 The bidder shall be responsible for delivery of Racons at installation site at his cost.

6.3.2 Ensure that earthing for Racon is proper at each installation site. Contractor shall make it good,

if there is any shortcoming.

6.3.3 To take up proper installation of Racon & its accessories/sub-accessories at site.

6.3.4 To make periodically visits (at least once in a quarter) at each site for preventive maintenance.

6.3.5 To attend and rectify the defective Racon within 3 days in Mainland and 7days in Island.

6.3.6 To bear all expenses on account of preventive and break down maintenance.

6.3.7 To replace for defective Racon with good one within 15 days of defect if fault is not rectified

within period stated in clause 6.3.5

6.3.8 Failure of Racon due to surge / lightning shall be covered under warranty/guarantee.

6.3.9 The programming of Morse code as and when needed is the responsibility of the bidder.

6.4 Essential Information

The bidder shall supply complete and detailed information so that the true merits of the equipment can be assessed. The information is required in the following manner:

a) One set of drawings of major components e.g. antenna, PCB lay-out (drawn to a scale of not

less than 1:5).

b) One set of manufacturer’s leaflets and brochures in English/Hindi giving full technical specifications and details on periodical maintenance and trouble shooting.

c) One set of drawing giving details on installation procedures/methods.

d) Details of power supply & power consumption.

e) Item-wise list of spares and tools required for installation, operation and maintenance.

This information is necessary and if not supplied with bid, the bid may not be accepted.

Director General

of Lighthouses and Lightships For and on behalf of the President of India

Page 25: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

25

Government Of India Ministry of Shipping

Directorate General of Lighthouses & Lightships A-13, Sector-24, Noida (Up) 201301

SECTION-VII

BILL OF QUANTITY

Tender Inviting Authority: DIRECTORATE GENERAL OF LIGHTHOUSES & LIGHTSHIPS, Noida

Name of Work: Supply, Installation, Testing & Commissioning of ‘X’ Band Racon Bidder’s Name:

PRICE SCHEDULE

Sl. No.

Item Description Qty. Units Basic

Price (in Rs.)

Excise Duty VAT Service Tax Total Amount without taxes

(in Rs.)

Total Amount with taxes (in

Rs.)

1. Supply, Installation, Testing & Commissioning of ‘X’ Band Frequency Agile Racon with all accessories essential for operation including distribution box with cable glands, power and data cable assembly, external cables, leveling / mounting kit etc. Morse code for- Suhelipar -Code “O”, Androth East -Code “D”, Savaibet -Code “M”, Bural Reef -Code “D”, Veraval -Code “K”, North Point -Code “K”, Chennai -without code

07

Nos.

0.00

0.00

2. Installation Charges 06 Nos. 0.00 0.00

Total in Figures 0.00 0.00

Total in words Note-

i. Comparison will be made on basic price only.

ii. Only item no. 1 & 2 of the BOQ shall be taken for comparison to decide L1.

ii. This BoQ is only for reference please quote your rates in separate .xls file i.e. cover 2.

Page 26: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

26

Government of India

Ministry of Shipping

Directorate General of Lighthouses & Lightships

A-13, Sector–24, Noida (U.P.) - 201 301

Supply, Installation, Testing and Commissioning of RACONS

SECTION –VIII

TECHNICAL EVALUATION CRITERIA

It is mandatory on the part of the bidder to score minimum of 80% marks to qualify for opening

of Commercial bid.

To ascertain the quality of the bid, technical evaluation shall be carried out as per details

below:

Sl.

No.

Description Mark Details

1. General Eligibility criteria as per clause 3.1.1 10 (i) 60% marks for

minimum eligibility

criteria

(ii) 100% of marks for

twice the minimum

criteria or more.

(iii) In between (i) and

(ii) on pro-rata basis.

2. The proof of work execution during the last 7 years and

completion certificate from client.

10

3. Compliance to Technical Specifications as per clause 6.1

25

4. Authorization of OEM in case the bidder is not OEM &

MoU with the OEM to facilitate repair/maintenance during

warranty period.

10

5. Experience in similar type of works during last 3 years

10

6. Financial status of the Company (turnover, profit & loss

statement of the last 5 years, solvency & IT Returns)

5

7. Maintenance and Installation manual, brochures, test

reports of Racon’s & drawings

10

8. Preventive Maintenance philosophy during warranty

10

9. Break down maintenance philosophy during warranty

10

Total 100

Director General of Lighthouses and Lightships

For and on behalf of the President of India.

Page 27: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

27

Annexure-I

Government of India

Ministry of Shipping

Directorate General of Lighthouses & Lightships

A-13, Sector–24, Noida (U.P.) - 201 301

Supply, Installation, Testing and Commissioning of RACONS

PROFORMA FOR EMD

Ref…………………………. Date…….……….

From:-

______________________________

______________________________

______________________________

To,

The President of India,

Through the Director General

of Lighthouses & Lightships,

A-13, Deep Bhavan, Tulsi Marg

Noida-201301 (U. P.)

Sir,

I/We do hereby offer to carry out and complete the subject work as per schedule of works,

general & special conditions of contract stipulated by you and such other details as may be supplied

from time to time during the execution of the subject work by the Director General of Lighthouses &

Lightships, or his representative at the rates quoted by me/us for the above work.

2. I/We further undertake to complete the work within 90days from the date of written order to

commence the work.

3. A sum of /-(Rupees only) in the form of Bank Guarantee

No..………………………………….dated……………………………………issued

by….…………(Name and address of Bank)….. and Demand Draft No…………………………

dated…………………… for an amount of Rs………………………. drawn in favour of Pay &

Accounts officer, Lighthouses & Lightships ,Noida(U. P. ) or FDR No…………………… dated

…………………….. pledged to DGLL is enclosed towards Earnest Money Deposit.

4. Should I/We fail to execute the work as specified and in accordance with the terms of contract

the full value of the E.M.D. shall stands forfeited to you without prejudice to any other rights and

redressals.

Yours faithfully

Bidder

Note- The Bank Guarantee amount shall be restricted to 50% of the amount of EMD.

Page 28: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

28

Annexure-II

Government of India

Ministry of Shipping

Directorate General of Lighthouses & Lightships

A-13, Sector–24, Noida (U.P.) - 201 301

Supply, Installation, Testing and Commissioning of RACONS

PROFORMA FOR CONTRACT PERFORMANCE BANK GUARANTEE

(On a non-judicial stamp paper of Rs.100/-)

Bank Guarantee No ………

Ref………………………….

Date………….

To

The President of India

Acting through the Director General,

Directorate General of Lighthouses & Lightships,

Deep Bhavan,A-13, Tulsi Marg, Sector-24, Noida, U.P. 201 301

Dear Sirs,

In consideration of the President of India through the Director General of Lighthouses &

Lightships, NOIDA (hereinafter referred to as ‘DGLL’ which expression shall unless

repugnant to the context or meaning thereof include its successors, administrators and

assignees) having awarded to M/S…………………. with its reregistered/ Head Office

at………………………. (hereinafter referred to as the ‘Contractor’ which expression shall

unless repugnant to the context or meaning thereof, include its successors, administrators,

executors and assignees), a contract namely ”Supply, installation, testing & Commissioning

of Racons” by issue of the DGLL’s letter no ……………. Dated………… entering into a

formal contract to that effect with the DGLL and the Contractor having agreed to provide a

Contract Performance Guarantee, for the faithful performance of the entire contract

equivalent to 10% of the said value of the contract to the DGLL.

We ____________________________ (Name & Address of the bank) having its Head office at

_____________________________ (hereinafter referred to as the ‘Bank” which expression

shall, unless repugnant to the context or meaning thereof, include its successors,

administrators, executors and assignees) do hereby guarantee and undertake to pay the

DGLL, on mere demand any and all moneys payable by the Contractor to the extent of

_______________* as aforesaid at any time up to _______________ (day/month/year)

without any demur, reservation, contest, recourse or protest and/or without any reference to

the Contractor. Any such demand made by the DGLL on the Bank shall be conclusive and

binding notwithstanding any difference between the DGLL and the Contactor or any

dispute pending before any Court, Tribunal, Arbitrator or any other authority. The Bank

undertakes not to revoke this guarantee during its currency without previous consent of the

DGLL and further agrees that the guarantee herein contained shall continue to be

enforceable till the DGLL discharges this guarantee.

The DGLL shall have the fullest liberty without affecting in any way the liability of the bank

under this guarantee, from time to time to extend the time for performance of the contract

by the Contractor. The DGLL shall have the fullest liberty, without affecting the guarantee,

to postpone from time to time the exercise of any powers vested in them or of any right

Page 29: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

29

which they might have against the Contractors, and to exercise the same at any time in any

manner, and either to enforce or to forbear to enforce any covenants, contained or implied

in the Contract between the DGLL and the Contractor or any other course or remedy or

security available to the DGLL. The bank shall not be released of its obligations under

these presents by any exercise by the DGLL of its liberty with reference to the matters

aforesaid or any of them or by reason of any other act or forbearance or other acts of

omission or commission on the part of the DGLL or any other indulgence shown by the

DGLL or by any other matter or thing whatsoever, which under law would, but for this

provision, have the effect of relieving the bank.

The bank also agrees that the DGLL at its option shall be entitled to enforce this Guarantee

against the Bank as a principal debtor, in the first instance without proceeding against the

Contractor and notwithstanding any security or other guarantee that the DGLL may have in

relation to the Contractor’s liabilities. We undertake to pay to the Government any amount

so demanded by the Government, notwithstanding any dispute or difference between the

Government or the Contractor or any other person or between the Contractor or any person

or any suit or proceeding pending before any court or tribunal or arbitration relating thereto;

or the invalidity, irregularity or unenforceability of the contractor in any other

circumstances which might otherwise constitute discharge of this Guarantee, including any

act of omission or commission on the part of the Government to enforce the obligations by

the Contractors or any other person for any reason whatsoever.

We_________________________(indicate the name of the bank) further agree that the

guarantee herein contained shall be continued on and remain in full force and effect during

the period that would be taken for the performance of the said Agreement and that it shall

continue to be enforceable till all the dues of the Government under or by virtue of the said

Agreement have been fully paid and its claims satisfied or discharged or till the DGLL,

certifies that the terms and conditions of the said agreement have been fully and properly

carried out by the said Contractor(s) and accordingly discharges this guarantee.

We_________________________(indicate the name of the bank) hereby agree and undertake

that any claim which the Bank may have against the Contractor shall be subject and

subordinate to the prior payment and performance in full of all the obligations of the Bank

hereunder and the Bank will not without prior written consent of the Government exercise

any legal rights or remedies of any kind in respect of any such payment or performance so

long as the obligations of the bank hereunder remain owing and outstanding, regardless of

the insolvency, liquidation or bankruptcy of the Contractor or otherwise howsoever. We

will not counter claim or set off against its liabilities to the Government hereunder any sum

outstanding to the credit of the Government with it.

Notwithstanding anything contained herein above our liability under this Bank Guarantee is

limited to total amount of ___________* and it shall remain in force up to and including

__________________________ ** and shall be extended from time to time for such

further period as desired by M/s_______________________ on whose behalf this

guarantee has been given.

Dated this___________ day of ______2015 at ------------------

WITNESS

(Signature) __________________________ (signature) __________________________

Name ______________________________ (Bank’s rubber stamp)_________________

(Official address)_____________________ Name ____________________________

Page 30: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

30

___________________________________ Designation with

Bank stamp

Attorney as per power of

Attorney ______________

NOTE:

1. Strike out whichever is not applicable:

*This sum shall be ten percent (10%) of the contract Price.

**The date will be 6 months after the end of the guarantee/warranty period as specified in the

Contract.

2. The stamp papers of appropriate value shall be purchased in the name of Guarantee issuing

Bank.

Page 31: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

31

Annexure-III

Government of India

Ministry of Shipping

Directorate General of Lighthouses & Lightships

A-13, Sector–24, Noida (U.P.) - 201 301

Supply, Installation, Testing and Commissioning of RACONS

To The Director General,

Directorate General of Lighthouses & Lightships, A-13, Sector-24, NOIDA (U.P.) 201 301

Sub: BID FORM AND PRICE SCHEDULE

Sir,

Having examined the bid document downloaded from CPP Portal for Supply, Installation, testing & Commissioning of Racons.

1. I/We agree to abide if our bid be accepted by the various terms & conditions on stipulated bid

form and offer to supply the equipment and carry out the works in conformity with the said documents for the sum of Rs. _______________ or such other sums as may be ascertained in accordance with price schedules attached here to and made part of this bid. I/We also agree to abide by and fulfill all the terms and provisions of the special and General Conditions of the Contract.

2. I/We undertake, if my/our bid is accepted, to complete all the items specified in the contract

within 3months calculated from the date of signing of the contract agreement.

3. I/We confirmed that the full value of E.M.D. may be absolutely forfeited to the President of

India without prejudice to any other rights or remedies of the President of India, should I/We fail to fulfill the contract.

4. I/We agree to abide by the price quoted in the bid for the period of 6months from the date of

opening of bid and it shall remain binding upon me/us and may be accepted at any time before the expiry of that period.

5. I/we agree to submit a performance bank guarantee equivalent to 10% of the contract value,

which shall remain valid 6 months beyond the expiry of guarantee/warrantee period.

Dated__________________________ day of __________________2015

Signature of the bidder or authorized representative

Page 32: GOVT. OF INDIA MINISTRY OF SHIPPING DIRECTORATE …dgll.nic.in/WriteReadData/Pdf/a5a93bab-dbe2-433a-ae6f-9070afdb4d… · Annexures - 27-32 . 3 Government of India Ministry of Shipping,

32

Annexure-IV TENDER ACCEPTANCE LETTER (To be given on Company Letter Head)

Date: To,

The Director General

Directorate General of Lighthouses & Lightships, Deep Bhawan, A-13, Sector-24, Noida- 201 301 (U.P.)

Sub: - Acceptance of Terms & Conditions of Tender.

Tender Reference No:

Name of Work: Supply, Installation, Testing and Commissioning of RACONS

.

Dear Sir,

1. I/We have downloaded the tender document for the above mentioned Work from the CPP Portal. 2. I/We hereby certify that I/We have read the entire Tender Documents from Page No. 01 to 34

(including all documents like annexure(s), schedule(s), etc.,), which form part of the contract agreement

and I/We shall abide hereby the terms/conditions/clauses contained therein.

3. The corrigendum(s) issued from time to time by DGLL too have also been taken into consideration, while submitting this acceptance letter.

4. I/We hereby unconditionally accept the tender conditions of above mentioned tender document/corrigendum in its totality/entirety.

5. In case any provisions of this tender are found violated, then DGLL shall without prejudice to

any other right or remedy be at liberty to reject this bid including the forfeiture of the full Earnest

Money Deposit absolutely.

Yours faithfully,

(Signature of the Bidder, with Official seal)