Page 1 of 27
TENDER DOCUMENT
Work Contract to carry out Video & Still Photography
documentation coverage
and
VIDEO Editing works of
Technical Photography Facility
TPF / EIS / RO
SDSC SHAR
Page 2 of 27
Contents
Sl.No Description Page. No 1.0 Introduction 3
2.0 Period of Contract 3
3.0 Scope of Work Contract 3
4.0 Method of Execution of works 4
4.1 Definition of Unit 4
4.2 Detailed Qualification 4
5.0 Department Scope of Supply 5
6.0 Contractor’s responsibilities 5
7.0 Employees selection 6
8.0 Smart Card Swiping System at Gate-II Entry 6
9.0 Payment Terms 7
10.0 Absent of Duty 7
11.0
Police verification of the character & antecedents of the work
force 7
12.0 Basis for Cost Estimation 8
13.0 Contract Value 8
13.1 Award of Contract 8
14.0 Bidder Eligibility / Pre-Qualification Criteria 8
15.0 Compliance With the Laws 9
16.0 Security Deposit 9
17.0 Earnest Money Deposit (Bid Security) 10
18.0 Time Schedule 10
19.0 General Conditions 11
20.1.1 Part-1 (Techno-Commercial Bid) 11
20.1.2 Part-2 (Price Bid) 11
20.2 to
20.17.2 Contract details 13 to 15
Annexures
1. Annexure.1 – List of Works 16 to 18
2. Annexure.2 – Techno-Commercial Bid form 19
3. Annexure.3 – Compliance of techno commercial terms 20
4. Annexure.4 – Price Bid Format 23
5. Annexure.5 – Minimum wages confirmation form 25
6. Annexure.6 - Exception and Deviations 27
Page 3 of 27
1.0. Introduction
As a part of launch campaign activities and other technical & general activities taking place in SDSC SHAR, TPF/EIS/RO is supporting all the
events as follows….
Technical Photography Facility is responsible for preflight technical documentation of both Still & Video for all rocket stage preparation, functionality checks, integration, transportation and launch.
Remotely operated Fixed Camera Network (FCN): Cluster of cameras consists of high speed video camera and digital still sequence camera
fixed in & around the launch pad and operated remotely to record the launch events. These FCN cameras visuals are used to study the performance of the launch vehicle from initial lift off to till clearance
of UT. Manual Tracking Camera Network (TCN): Cluster of cameras with
different types of high-end telephoto optics deployed at different vantage points to track the flight in real time till its visibility. The tracking visuals are useful to study the vehicle performance.
Providing support for Still & Video documentation coverage of all technical activities like rocket motor production, testing and general
activities After coverages immediately selecting the photos, image editing the
selected photos and finally deliver the photos to Projects, ISRO HQ,
PPEG, Magazines, Library, Display and Media release Video capsule of full vehicle integration on each launch mission for
DD live transmission telecasting Video capsule on launch Lift-off & Onboard camera views made for
ISRO HQ website and social media uploading
Making large size display printing at different facilities, conference hall etc.….
Supporting the general events like seminars, workshop, important functions etc.…. at Keepakkam area & Sullurupeta colonies.
Due to increase in launch frequency and other technical & non-technical
activities, some of the photography coverages and editing works are
proposed to be off-loaded to a service provider, who has got skilled technical
manpower with experience in similar nature of works.
2.0. Period of Contract: 2 years, with a validity extension for one more year.
2.1 The contract period is 2 (Two) years from the date of commencement
of work. Based on the satisfactory performance of the contractor, the
contract may be extended for one more year based on mutual
agreement on the same terms & conditions.
3.0. Scope of work contract: The scope of work includes carrying out
Videography & Still photography documentation coverage of launch
campaign activities, technical & non-technical activities coverage.
Page 4 of 27
Professional video and image editing works of SDSC SHAR. The contractor’s
personnel have to work along with TPF staff under the supervision of
manager/facility engineers. Method of work execution and details of
manpower to be deployed by the contractor are given as below.
4.0. Method of execution of works:
Works to be carried out regular basis as per the procedures given by
TPF/EIS/RO. Bidder shall ensure that adequate, qualified and experienced
manpower is kept at facility in order to complete the works within the
specified period, Bidder has to position the required number of manpower to
be deployed in each category are given in terms of “Units”. Definition of unit
is given in 4.1. The detailed list of activities to be executed in each group is
given in the Annexure -2.
4.1 Definition of Unit: One Unit indicates the number of persons to be deployed
regularly, category wise by the contractor for one month considering 26
working days/month and for two years.
Category-1:
To carry out works mentioned in annexure-1, contractor shall Provide 4
numbers of qualified Technicians (Two Photographers + Two Videographers)
based on 26 days in One month.
Total No of Units = 4 x 26 x 12 x 2 = 2496 Units
Category-2:
To carry out works mentioned in annexure-1, contractor shall Provide 1
qualified Technical Assistant (Video Editor) based on 26 days in One month.
Total No of Units = 1 x 26 x 12 x 2 = 624 Units
4.2 Detailed Qualifications:
Category-1:Videographer / Photographer
Diploma in Photography / Videography / B.FA in Photography / Equivalent
With state / central govt recognized institutions. Or
ITI – Photography trade recognized by NCVT with two years experience in
professional video coverage and using premiere editing software /
Intermediate pass with five years experience in digital photography, image
editing & correction by using Photoshop software, album making, visual
indexing & archiving and two years experience in video coverage and
experience in premiere software
Experience: Familiar with adobe photoshop and premiere software
Page 5 of 27
Category-2: Video Editor
Diploma in editing / videography / cinematography / B.sc visual
communication / B.Sc Animation with professional knowledge of video
editing, graphics, animation, audio recording etc.
With state / central govt recognised institutions.
Experience: One year experience in the field of video editing using
Adobe premiere or FCP.
5.0 Department Scope:
5.1 Cameras, Optics and other coverage related equipment’s, recording
media, etc. will be provided by TPF / EIS / RO
5.2 The entire inside facility coverage’s are classified, no copies should
be made and strict secrecy must be maintained.
5.3 Outside recording media are not allowed in SDSC SHAR.
6.0 Contractors Scope:
6.1 To complete the planned activities scheduled by the facility
in-charge
6.2 To provide adequate manpower as mention in Annexure-1 &
Sl.no. 4.1
6.3 To maintain log books and master rolls of the deployed persons
6.4 To provide transportation, accommodation and canteen facilities to
the deployed persons
6.5 To provide substitutes to the absent persons
6.6 To submit invoice, salary to his employees, meeting all the
statutory norms
6.7 The office working hours is 9am to 17.30 hours and however during
peak launch campaign activities, events, program etc., the work
force should carry out activities beyond office hours as per
instructions of contract norms.
6.8 All the persons have to work Saturdays, Sundays and even on
holidays / round the clock if required as per the instructions of
contract norms.
6.9 Monthly working days are 26 (Monday to Saturday including any
Public holiday).
6.10 Optional working days may fall on Saturdays/Sundays/Public
holidays of the same month. One day advance information will be
given to the contractor on the requirement of optional working days
to plan for the logistics to their deployed persons.
6.11 Based on the scheduling of additional work, excess or shortage of
working days may be planned in any particular month.
Page 6 of 27
6.12 General working hours from Monday to Saturday.
General Shift: 09.00 to 17.30 Hrs.
1st shift: 06.00 to 14.30 Hrs., 2nd shift: 14.00 to 22.30 Hrs.
(8 hrs.+30 min lunch)
6.13 Contract agency is solely responsible for any injury of the
workforce.
7.0 Candidate Selection:
7.1 Candidate selection & appointment: For security reasons the
successful bidder shall submit the following documents of all the
proposed candidates before deploying for works for review &
acceptance of the Department:
7.2 Bio-data with two passport size photos
7.3 Proof of qualification / experience
7.4 Proof of residential address issued by State Govt./Govt. of India.
7.5 Character & Antecedent report from the police authorities nearest to
the irrespective native place.
7.6 Upon scrutiny and acceptance of the above by the department,
appointment order/employment wage card (Form –XIV) as per
Contract Labour (R&A) Act may be issued by the contractor. Facility
allocation and work distribution for the contract workforce will be
decided by the Department based on their bio-data/credentials
8.0 Smart card Swiping system at Gate-II entry:
8.1 Department will issue ‘entry permit’ for the contractor’s working
personnel after submission of police antecedent verification without
which entry will not be permitted. The photo identity card is a smart
card which needs to be swiped at the time of entry/exit for security
check.
8.2 The attendance and their access will be controlled by the information
logged in the access control system. The swiping data will also be
used to check the veracity of the bills
8.3 The cost of ID card (Approx Rs 100/- each) shall be borne by the
contractor only. The contractor shall submit the list of personnel
along with their address proof. It is the responsibility of the
contractor to return / surrender the passes after expiry and in case
of non-compliance in this regard, SDSC SHAR reserves its right to
withhold the payment till such time the passes are returned.
8.4 In case of smart card misplaced / untraceable, duplicate smart card
will be issued on payment basis only when the non-traceable report
from the Police is submitted. The smart ID card on damage /
mutilation will not respond to Access control system. Hence the smart
Page 7 of 27
card to be protected very carefully and in case of replacement, it will
be changed on payment basis.
9.0 Payment Terms
9.1 The payment shall be made on monthly pro-rata basis.
9.2 Contractor has to pay salary to the deployed persons before 7th of
every month through bank. The party should pay wages to the
deployed persons as per the minimum wages fixed by State / Central
Govt. of India or as approved by Department whichever is high.
9.3 Invoice to be submitted by contractor before 5th of every month along
with copies of work completion certificate, muster rolls of the
deployed persons, Bank statement for previous month salary
payment proof, GST, EPF, ESI etc. (Ex:to claim January month bill
December is the previous month).
9.4 Department will release the payment within 15 days of submission
of valid invoice.
9.5 Monthly wages for the first two months are to be borne by the
contractor from his own resources as delays are expected during
streamlining of the procedures in the initial bill settlements, work
execution, facility allocation and bills verification by accounts etc.
9.6 It is the responsibility of the contractor to pay wages to their
deployed persons even if minor delays in clearance of bills by
department due to invalid bills/delay in submission of bills without
proper supporting documents, in case of any delay in releasing of
payment from the department contractor shall pay to their
candidates salary before 7th of every month.
9.7 Contractor has to provide monthly salary pay slip to their employees
preferably before 4th of every month (Pay slip shall contain the details
like Basic wage, DA, EPF, ESI, Bonus, any other allowances and
details of any deduction).
9.8 In case of disputes for non-payment of wages to the supplied
manpower or any other disputes, the payment due to the party can
be withheld till settlement of the disputes by Department or on the
orders of the court of law.
10.0 Absent of duty: The contractor has to meet the minimum manpower as
indicated in sl.no 4.1. Absence of allotted manpower and delay in attending
the planned works by the contractors employees, may severely affect the
schedule.
No payment will be made for the absent days.
11.0 Police verification of the character and antecedents of the work
force:
Page 8 of 27
The Character and Antecedents of the workforce shall be verified by the
Service Provider/Contractor from the concerned Police authorities and the
Original Police Report (within 12 months validity, received from nearer
police station of their Aadhaar contact address) shall be submitted to this
office on the first day of the contract. The Contractor shall verify/certify
the conduct of the work force at frequent intervals. If any of the work
force misbehaves or commits any misconduct, SDSC SHAR reserves the
right to refuse permission to such persons to enter the premises and such
work force shall be withdrawn by the contractor immediately.
12.0 Basis for Cost Estimation: The following are the major points to be
considered for estimating the cost towards completing the Works.
12.1 Works mentioned in line items are based on units (Refer Sl.no 4.1).
12.2 Operational shifts (for planning transportation): General shift, 1st,
2nd or both the shifts
12.3 ESI, EPF, Bonus, paid holidays and minimum wages hike as per
AP/centre govt labour act whichever is high.
12.4 Canteen & accommodation expenditure is in the scope of contractor.
12.5 Validity of Contract: 2 years
12.6 Transportation: From Sullurpeta to TPF/EIS/RO/SDSC SHAR and
back. Distance between Sullurpeta and TPF/EIS/RO/SDSC SHAR is
around 20Kms.
12.7 Smart card to the employees (processing charge).
12.8 Registration charges towards labour license, ESI, EPF and other
statutory requirements.
13.0 Contract value: Bidder has to quote the contract value by considering
the minimum wages to his workers including all the allowances and taxes
etc for a period of 2 years. Contractor shall take a note of future revisions
of basic wage (for the contract period of two years) in his quotation. The
price quoted is firm and fixed during the contract period of 2 years.
Further revision purchase order value in this aspect will not be entertained
during the contract period.
13.1 Award of contract:
Contract will be awarded on technically qualified Overall L1 basis only
14.0 Bidder Eligibility/Pre-Qualification Criteria
Criteria for evaluation of Techno-Commercial Bids: Bidders has to fulfill
the following criterion.
Sl.No Criteria
1
The Bidder should be a Company/Society/Firm registered in India since
last 3 (Three) years or more. Company Profile along with documentary
evidence of services offered with relevant enclosures.
Page 9 of 27
2
The bidder should have executed similar works in last 3 years (Financial
year 2015-16, 16-17 and 17-18) in carrying out Relevant documentary
evidence shall be submitted. Documents like Purchase order/ work order
& Work completion certificates.
3 Copy of the IT return filed / audited financial statements for FY 2014-15
& FY 2015-16 & FY 2016-17.
4
Should have experience of running at least two projects with minimum
10 skilled work force in each project in last four years in any of the
Central/State government/PSU/ Private limited company. (Certificate
from client & list of employees is to be attached)
5
If Contractor has failed to execute any contract or not fulfilled the
contract terms and conditions in last five year, the details shall be
furnished along with offer.
6 If any contract in SDSC, SHAR/ISRO is short closed by the contractor or
terminated by the dept, Bidder(s) offer is liable to be rejected.
7 Self-declaration for not having any criminal case pending
8
Should not have been blacklisted by Central / State Government
organization / department in India at the time of submission of the Bid
(Self-declaration has to be attached)
9 Registration certificate for GST & Copy of PAN card has to be attached
10 Copy of ESI and EPF certificates executed for last one year
11 Copy of Power of Attorney/ Board Resolution authorizing the person for
signing the bid documents.
15.0 Compliance with the Laws:
The Bidder has to comply with the following acts.
15.1 License under the Contract Labour (Regulation & Abolition) Act, 1970
15.2 Register of Wages-cum-Muster Roll of Contract Labour Act 1970.
15.3 Employee State Insurance act, 1948, ESI central rules/regulations 1950
15.4 Bonus act 1965.
15.5 GST: Goods & Service Tax.
15.6 Employees’ Provident Fund and Miscellaneous Act, 1952 and EPF scheme
1952.
15.7 Any other statutory laws time to time implemented by state / Central
Governments.
15.8 Contractor has to provide necessary supporting documents like
registration labour license, GST, EPF, ESI etc.
15.9 The party shall be fully responsible for timely compliance of all statutory
requirements in respect of his employees. The Department shall not be
responsible for the payment of any amount to his employees/statutory
authorities on account of non-compliance of statutory provisions
applicable to them.
Page 10 of 27
16.0 Security Deposit: Contractor shall furnish a Security Deposit of 10% of
the purchase order value within 15 days from the date of award of
contract in the form of Bank Guarantee/Fixed deposit receipt from a
nationalised or scheduled bank, valid for entire contract period with a
claim period of six months beyond the validity of the Contract for faithful
execution of the contract. If the contractor fails to execute the contract
as per the terms and conditions Security Deposit will be forfeited.
17.0 Earnest Money Deposit (Bid Security)
17.1 The tenderer has to submit an Earnest Money Deposit of Rs.86910 in a
single instalment through Demand Draft (DD)/Banker’s Cheque/ Fixed
Deposit Receipts or Bank Guarantee from any of the Scheduled Banks
executed on non-judicial stamp paper of appropriate value. In case of
Bank Guarantee, it shall be valid for a period of 90 days beyond the final
tender validity date. It shall be taken in favour of Sr. Accounts Officer,
SDSC SHAR payable at State Bank of India, Sriharikota branch. The bid
will be disqualified if the EMD is not submitted along with the Techno
commercial Bid (Annexure 4).
17.2 Registered vendors under E-procurement portal or vendors who have
already applied for renewal of registration, Central PSUs/PSEs/Autonomous
Bodies, Micro and Small Enterprises, KVIC, National Small Industries
Corporation, etc., shall be exempt from the payment of EMD. Vendors
seeking exemption from payment of EMD shall submit necessary
documentary proof.
17.3 EMD of a vendor shall be forfeited if the tenderer/Contractor
withdraws or amends his tender or deviates from the tender in any
respect within the period of validity of the tender. Failure to furnish
security deposit/performance bond by a successful vendor within the
specified period shall also result in forfeiture of EMD.
17.4 EMD shall be refunded to all the unsuccessful vendors within thirty days
after placement of the Purchase Order. EMD shall be refunded to the
successful tenderer/Contractor after payment of the Security Deposit or
may be adjusted against the Security Deposit. EMD shall be refunded to all
the participants in cases where the tender is cancelled or withdrawn by
the Centre/Unit, within thirty days from the date of such cancellation
or withdrawal.
18.0 Time schedule: The entire assignment has to be completed within the
period mentioned below:
Activity Duration
Release of Purchase Order T
Submission of Security Deposit T+15 days
Page 11 of 27
Submission of the necessary documents to the
focal point at SDSC SHAR
T+25 days
Deployment of manpower and commencement
of works by the Contractor T + 45 days
19.0 General conditions:
19.1 Submission of Bids
Mode of Tender: Two part tender basis Viz: Techno-Commercial Bid &
Price Bid separately.
20.1.1 Part-1 (Techno-Commercial Bid)
Bidder shall confirm specifications mentioned in Tender document,
annexures and check lists. Tenders fulfilling the above conditions only will
be short listed for Price bid opening.
The following documents shall be scanned and uploaded in SDSC SHAR E-
procurement portal.
A signed, stamped, scanned copy of this tender along with the
Techno-commercial proposal as a token of acceptance of tender
terms and conditions.
Signed and stamped Techno-commercial Bid format (Annexure-3)
Compliance to Techno-commercial terms indicated in Annexure-4
duly signed & stamped.
Signed, stamped, Unfilled price bid format (Annexure-5).
Signed Unfilled Minimum wages confirmation form (Annexure-6).
Deviations if any with reference to techno-commercial terms and
conditions shall be clearly brought out under deviations list
(Annexure-7). If deviations are not listed separately, it will be
presumed that bidder is adhering to all the technical and commercial
conditions given in the document.
20.1.2 Part-2 (Price Bid).
Price bid data to be entered in E-procurement portal only.
Signed, filled Minimum wages confirmation form (Annexure-5)
Note:
a) Disclosure of Price in Techno-commercial bid shall be sufficient grounds
for rejection of the bid.
b) All the documents are to be submitted in E-procurement portal only.
Documents submitted by hand/post shall not be considered.
20.2 Validity of Offer
The Proposals submitted by bidders shall be valid for a period of “120
days” from the date of opening of Techno-Commercial Bid.
Page 12 of 27
On completion of the validity period, in case required, SDSC SHAR
would solicit the bidder’s consent for extending period of validity.
The request and the responses thereto shall be made in writing by
post and e-mail.
20.3 Validity of contract: The period of contract is for 2 years. However
contractor has to consider the clause No.20.3.1
20.3.1 Validity extension for one more year: Incase, contractor is unable to
complete the PO scope of works before delivery due date, contractor has
to complete the works by giving acceptance to extend the purchase order
time period for one more year without any additional cost.
20.4 A. Transportation and Canteen facility:
The contractor shall make own arrangements for transportation of the
deployed persons from Sullurupeta to “0” point TPF office and back and
canteen facility of the persons engaged in the works.
B. Accommodation:
Accommodation for two persons (one videographer & one Photographer)
will be provided inside the housing colony in order to meet emergency
coverage and other works after office hours on nominal rent basis. This is
subject to availability.
20.5 Income Tax: The party shall have certificate from Income Tax Officer of
tax exemption otherwise, Income Tax at the prevailing rate as applicable
from time to time shall be deducted from the successful Bidders bill as per
the Income Tax Act, 1961 and the rules there-under or any re-enactment
or Modifications thereof.
20.6 Arbitration, Applicable law & Jurisdiction
The jurisdiction lies in the courts situated at Sullurpeta, SPSR Nellore
District, Andhra Pradesh.
20.7 The personnel deputed by the contractor shall remain the employees of
the contractor and they will not acquire any claim for future employment
in ISRO or right for regularization as employees of the department of
space. The personnel engaged by contractor have to follow the time-to-
time safety and security guidelines of SDSC SHAR.
20.8 Contractor shall not interchange the employees allotted to one unit
to the other unit without confirmation from the Department.
20.9 The loss caused to Department on account of negligence/dereliction
of duties by the employees of the contractor, shall be established
after a joint inquiry comprising the representatives of Department
and contractor, and Department shall be within its right to make it
good from the contractor.
Page 13 of 27
20.10 The contractor shall not engage or remove or change any person
without the knowledge and concurrence of the Department in
charge. SDSC SHAR shall have the right to advise the contractor to
terminate the services of any employee for any violation of security
provisions and / or indiscipline / violent behavior, agitation,
instigating other peaceful works. In case of such advice, contractor
shall comply with the same with immediate effect with or without
assigning any reason.
20.11 Resignation of contract employees shall be informed to department
in advance and also copy of relieving order shall be sent to
Department in-charge
20.12 Force Majeure.
20.12.1 In the event of either party being rendered unable by Force majeure to
perform any obligations required to be performed by them under the
contract the relative obligation of the party affected by such Force
majeure shall upon notification to the other party be suspended for the
period during which Force Majeure event lasts. The cost and loss
sustained by either party shall be borne by respective parties.
20.12.2 The term "Force majeure” as employed herein shall mean acts of God,
earthquake, war (declared or undeclared), revolts, riots, fires, floods,
rebellions, explosions, hurricane, sabotage, civil commotions and acts
and regulations of Government.
20.12.3 Upon the occurrence of such cause(s) and upon its termination, the party
alleging that it has been rendered unable as aforesaid thereby, shall
notify the other party in writing immediately but not later than 7 (seven)
days of the alleged beginning and ending thereof, giving full particulars
and satisfactory evidence in support of its claim.
20.12.4 Time for performance of the relative obligation suspended by the Force
majeure shall then stand extended by the period for which such cause
lasts.
20.12.5 If deliveries of services to be executed by the contractor are suspended
by Force majeure conditions lasting for more than 3 (three) months, the
Department shall have the option to terminate the contract.
20.13 Short closure of the contract by the contractor: Due to own reasons if
contractor desires to short close the contract, notice of the closure has
to be submitted to the department with minimum time of 6 months
advance with proper justification and necessary supporting documents.
In such cases the Security Deposit submitted by him will be forfeited.
20.14 The contractor shall not sub contract this works to anybody without the
written approval of the department.
Page 14 of 27
20.15 Successful bidder will be provided with time to time safety and security
regulations to be followed at work site by his employees. Violation of the
same will attract penalty as per department norms
20.16 Termination for any fault of the contractor
20.16.1 Not withstanding anything elsewhere herein provided and in addition to
any other right or remedy of the Department under the condition the
contract or otherwise (including the right of the Department to claim
compensation for inadequacy in the services), the Department shall be
entitled to terminate the contract by written notice at any time during
its currency on or after the occurrence of any one or more of the
following events/contingencies, namely Default or failure by the
Contractor of any of the terms of the Contractor under the contract
including but not limited to:
20.16.2 Failure to start the work within T + 45 days of handing over the facilities
to the Contractor.
20.16.3 Failure to provide sufficient labour, uniform, shoes, and/or facilities
required for the proper and/or due execution of the work or any part
thereof.
20.16.4 Failure to execute the works or any of them in accordance with the
contract.
20.16.5 Failure to perform the services within the time specified herein or any
Department approved extension thereof.
20.16.6 Disobedience of any order or instruction of the department affecting the
services within the scope of the contract.
20.16.7 Negligence in carrying out the works or carrying out, of work found to
be unsatisfactory.
20.16.8 Abandonment of the works or any part thereof.
20.16.9 Substantial suspension of the works or any part thereof for a period of
14 (fourteen) days or more without the authority.
20.16.10 Any other breach of any of the terms, conditions or provisions of the
contract on the part of the Contractor to be performed and/or observed.
20.16.11 If there is any change in management or organization of the Contractor,
which is detrimental to the interests of the Department or to public
interest.
20.16.12 If the Contractor shall assign or attempt to assign his interest or any
part thereof in the contract.
20.16.13 The decision of the Department as to whether any of the
events/contingencies thereof entitling the Department to terminate the
contract, has occurred or not shall be final and binding upon the
Contractor.
20.16.14 The notice of termination shall set forth, in addition to a statement of
the reason or reasons for terminating the contract, the time(s) and
place(s) when the survey and assessment of the work performed under
Page 15 of 27
the contract up to the date of termination shall be conducted, for the
purpose of determining the final amount(s) due to the Contractor
therefore.
20.16.15 The decision of department focal point as to whether or not any works
have been completed, services provided satisfactorily for the purpose
of settlement of payment(s) shall be binding upon the Contractor.
20.16.16 In case of termination for fault of the Contractor, the Department, at
its option and at the risk and cost of Contractor may:
(a) Have the work performed under its direct responsibility,
or
(b) Have the work performed by way of a replacement contract with
a third party and in either case the contractor shall be charged
with all additional costs arising out of the solution.
20.16.17 Further, where the use of intellectual property rights is required,
defaulting Contractor shall, to ensure completion of the supply of the
equipment or services, do everything in its power to enable the new
contractor or the Department to use the rights concerned. The
defaulting Contractor shall make no claim in respect of such use, and
shall bear the cost of the fees due to third parties for the use of their
rights.
20.17 Cancellation in special cases
Department may at any time cancel this contract by giving written
notice with immediate effect in either of the following cases:
20.17.1 If the contractor is adjudged insolvent or if its financial position is such
that within the framework of its national law, legal action leading
towards bankruptcy may be taken against it by its creditors or its Govt.,
or
20.17.2 If Department has sufficient reason to believe and it is determined
through arbitration or through court proceedings, that the contractors
has resorted to fraudulent or corrupt practices in connection with its
securing or implementation of this contract. In the event of cancellation
pursuant to this Sl.No.7.4 such cancellation shall, for purposes of
treatment of the rights of the parties, be treated as a cancellation in
accordance with Sl.No.7.5, “Cancellation with fault of the contractor”
Page 16 of 27
Annexure-1 (List of Works)
Following is the complete list of works being carried out by the dept. staff in TPF.
Contractor’s manpower will assist in executing these works.
SL.NO
Work Description / Scope of Work Approx.
QTY /
Monthly
(Nos)
1
(Category-1)
Support for Videographer / Photographer
Carrying out video & still photography
documentation coverages inside gate-II
1.1 Preflight technical documentation coverage of Still
photography for all rocket stage preparation,
integration & transportation
80
1.2 Preflight technical documentation of Video for all
rocket stage preparation, integration &
transportation
50
1.3 Functionality & Sign checks for rocket stage (Still) 10
1.4 Functionality & Sign checks for rocket stage (Video) 10
1.5 Satellite activity at Sp2B, Unloading, checks, filling,
assemble & transportation. (Still)
20
1.6 Satellite activity at Sp2B, Unloading, checks, filling,
assemble & transportation. (Video)
20
1.7 Installation, testing and remotely operate of high
speed video cameras and still cameras around LPT at
launch pad for Lift off and other study purpose (FCN)
10
1.8 Installation, testing and operate of high speed video
cameras, standard video and still cameras at
different vintage points to track the vehicle during
launch (TCN)
10
1.9 Support for still documentation coverage for all
technical and general activities
10
1.10 Support for video documentation coverage for all
technical and general activities
10
Page 17 of 27
Support video coverage to multiple places during
VVIP visits
02
1.11 Static test requirement 08
1.12 Downloading the exposed still photos, image editing
and indexing
20
1.13 Capturing the exposed video visuals to the PC and
server
20
1.14 Making photo album for chairman visit to each
launch
01
1.15 Making photo albums for VVIP visit
1.16 Exposing & Printing passport size photos for
employees ID card and official visit visa purpose
01
1.17 Retired employees photos to Print A4 size 05
1.18 Designing of Large size display photos for different
facilities
02
1.19 Scanning old photos to digital format and archival 10
1.20 Dismantling all Fixed camera network and tracking
camera network cameras, lenses, and accessories
deployed at LPT near FLP / SLP and other camera
locations.
20
1.21 Still and Video coverage requirement of important
general functions carried out at MRK auditorium such
as Independence day / Republic day / World Space
Week functions etc.,
20
1.22 Skill test for recruitment of Fireman, Cook, Drivers,
etc to be covered
08
1.23 Charging still & video batteries, flash unit batteries
regularly
20
1.24 Maintenance of cameras and other necessary
equipment’s regularly
06
2
(Category-2)
Professional Photo &Video Editor
Carrying out Video Editing works using Adobe
Premiere or Final Cut Pro software
2.1 Capturing day to day exposed videos 50
Page 18 of 27
2.2 Making of video capsule on launch campaign
integration video for DD live telecast
02
2.3 Making video capsule on static tests 06
2.4 Professional level teaser making for important events
such as World Space Week, Vikram Sarabhai
Centenery, etc
05
2.5 Making video and still documentation and archival of
varioius events
10
2.6 Making Graphic design, Animations and Captions for
programs
05
2.7 Loading exposed video footage to computers and
main server and format conversion for users choice.
40
2.8 Digitization of analog visuals available in different
format of tape to Hard Disk
40
Page 19 of 27
Annexure-2
Techno-Commercial Bid form (To be signed, stamped and uploaded in Techno-Commercial Bid
Proposal) Date: --/--/20--
To
Sathish Dhawan Space Centre
ISRO, Sriharikota,
SPSR Nellore dist
PIN. 524124
Subject: Techno-commercial Bid for Work Contract for TPF/EIS/RO,
SDSC SHAR
Dear Sir/Madam,
Having examined the Tender Document, the receipt of which is hereby duly
acknowledged, we, the undersigned, offer to provide services for Work contract
for TPF/EIS/RO and to meet such requirements & provide such services as are
set out in the Bid Document.
1. We hereby attach the Techno-Commercial Bid as per the requirements of the
tender document.
2. We undertake, if our Bid is accepted, to adhere to the implementation plan (Key
Events/ Activities and dates of the project) put forward in the Tender document
or such adjusted plan as may subsequently be mutually agreed between us and
SDSC or its appointed representatives.
3. If our Bid is accepted, we will submit a Security Deposit (10% of the P.O.
value) for a period of 6 months post expiration of contract period. In case of
the delay in execution of the project, the Security Deposit will be extended
accordingly.
4. We agree to follow all the statutory laws related to prevailing labour acts
including the amendments during the contract period
5. We have noted that the contract value is fixed for two years and we will not
propose any request for P.O. value amendment.
6. We agree that you are not bound to accept the lowest or any Bid Response you
may receive. We also agree that you reserve the right in absolute sense to
reject all or any of the products/services specified in the Bid Response without
assigning any reason whatsoever.
It is hereby confirmed that I/We are entitled to act on behalf of our corporation
/company /firm /organization and empowered to sign this document as well as such
other documents which may be required in this connection.
Page 20 of 27
Dated this …………………………. Day of …………………..20XX
(Signature) (In the capacity of) Duly authorized to sign the Bid Response for and on behalf of:
……………………………………………………………….(Name and address of the Bidder)
Seal/Stamp of Bidder
Annexure-3
Compliance for techno-commercial terms: The contractor has to fill / confirm
the following format towards the compliance of the techno commercial terms.
Sl.No Description Compliance
(Yes / No)
1.
Each page of the tender document was studied fully,
understood the technical specifications, terms and conditions
of the document and are acceptable.
2. Each page of tender document is signed, stamped and
submitted.
3. The candidates once engaged shall work for a minimum period
of one year.
4. Monthly working days are 26 days (24 regular working days
+ 2 optional working days).
5.
Depending on the work front, the people may have to be
provided for General/ 1st / 2nd shift/ combination of any shifts
(prior intimation will be given) within allotted workforce.
6.
Number of Employees for each group per day, for 26 days per
month
1. Videographer: Technicians -2 Nos & per day
2. Photographer: Technicians -2 Nos & per day
3. Video Editor : Tech. Asst. – 1 No & Per day
Validity of the contract: 2 years
7. Confirmation for submission of the deployed persons police
verification certificate by the successful bidder.
8.
Confirmation for submission of Daily/weekly/monthly Bio-
metric attendance for employees as specified in the tender
document.
9. Implementation of smart cards by contractor for gate entry at
SDSC. Cost towards smart cards is in contractor scope only.
10. Compliance with the Laws as given in Sl.No.9.0
11. Confirm minimum wages will be paid to the contract
employees time to time as per prevailing norms
12.
Confirm that the revision of minimum wages during the
contract period (2 Year) is considered in the offer while
quoting. It is clearly understood that the PO value will not be
revised by department
13.
Contractor has to provide monthly salary pay slip to their
employees preferably before 4th of every month (Pay slip shall
contain the details like Basic wage, DA, EPF, ESI, Bonus, any
other allowances and details of any deduction). Monthly wages
will be paid to the contract employees from own sources even
if department delays payments on valid grounds.
Page 21 of 27
14. Contractor has to give an undertaking that they will comply
with prevailing safety norms at site put forth by Department
15. Contractor shall make his own arrangement for transportation,
accommodation and canteen facility for his employees
16. Confirm the acceptance of the conditions for absent of duty &
amount deduction for absenteeism.
17.
Confirm any contract is failed (short closed by contractor /
terminated by Department (Bidder’s offer is liable to be
rejected)) to execute by the contractor or not fulfilled the
contract terms and conditions in SDSC/ISRO in last five year,
the details shall be furnished along with offer.
18.
Confirm contractor will provide uniform, safety shoes,
transportation, bio metric machines, accommodation and
canteen facility for his employees.
19. Deviation (if any) shall be clearly spelt out in the offer itself.
Confirm the following factors considered while estimation and
same shall be provided to the contract employees after release
of PO
Considered/
Not
Considered
20. Confirm the tender all line items considered for each category
21. Confirm minimum wages are considered for each employee
category
22.
Confirm minimum wages hike for second year is considered in
the quote offered and understood that P.O. value is firm and
fixed for two years.
23. Confirm the EPF, ESI, Bonus, any other allowances and etc.,
are considered.
24. Cost Towards Cotton uniform (two pairs per year/head)
25. Cost Towards Safety shoes (one pair per year/head)
26. Expenditure towards Transportation (general shift/1st /2nd /3rd
shifts)
27. Expenditure towards Canteen facility of employees
28. Expenditure towards Smart cards for employees
29. Expenditure towards Accommodation of employees
30. Expenditure towards Labour licence fee/registration
31. Expenditure towards over head charges
Documents to be submitted along with Techno-commercial
offer
Submitted/
Not
Submitted
32. Document for registration as a Company/Society/Firm
registered in India since last 3 (Three) years
33. Company Profile along with documentary evidence of services
offered and all relevant enclosures.
34.
Work completion certificate by the end user for the previous
executed orders related to Operation and maintenance
contracts.
35. Confirm all the contract employees to be deployed at the work
site are medically/mentally fit for the specified works.
Page 22 of 27
36.
List of employees engaged in two different projects with
minimum 2 skilled work force in each project in last twoc years
in any of the Central/State government/PSU/ Private limited
company.
37.
Documentary proof for EPF payment for list of employees in
his company rolls.
38.
Proof of satisfactory running of similar contracts, if any in ISRO
especially in SDSC, executed in last 3 years shall be furnished
along with offer for department verification.
39. Notary Self-declaration for not having any criminal case
pending.
40.
Notary Self declaration to confirm that the company is not
blacklisted by Central/State Government organization/
department in India at the time of submission of the Bid
41. Registration certificate for GST, labour licence & Copy of PAN
card
42.
Confirm documents related to the all the above points are
submitted.
Annexure-4
Page 23 of 27
Price Bid Format
(To be printed on letterhead, without filling the details, signed, stamped
and to be uploaded in Techno-Commercial Bid)
To,
Sathish Dhawan Space Centre
ISRO, Sriharikota
SPSR Nellore dist
PIN. 524124
Dear Sir/ Madam,
Having examined the Bidding Documents, the receipt of which is hereby duly
acknowledged, I / we, the undersigned, offer to supply and work as service
providers to provide services for the Work contract for TPF/EIS/RO as
mentioned in the scope of the work & in conformity with the said bidding
documents.
I / We undertake that the prices are in conformity with the requirement as specified
in the tender.
Price Format:
SL.NO Work Force No. of
Days
Per Day Rs.
Per Month Rs.
No. of persons (Units)
No. of Months
Total Rs.
01 Videographer
/
Photographer
26
--------
--------
04
24
-------------
02 Video Editor
26
---------
--------
01
24
-------------
Total Rs.
Rupees in words:
Note: Each unit cost include EPF, MEDICLAIM Policy, State Policy, Service Charges, GST
and Overtime per hour and whichever is applicable.
NOTE: Should not be filled here. (Price to be quoted in E-Procurement
portal only)
Page 24 of 27
Note: I / we confirm that
1. The contract value is firm and fixed for two years
2. The quoted contract value is by considering the minimum wages to the workers (as per the AP
State /Central Govt labour act (Order No. F.No.1/10 (1)/2018-LS-II, Dated 03.04.2018)
whichever is high and further revisions if any in the contract period).
3.The offered quote is inclusive of all the allowances and taxes as per the statutory norms of State/
Central govt. etc
4. It is also noted and accommodated the future revisions of basic wage (for the contract period of
two
years and 1 ½ months) in quotation. Further revision in purchase order value in this aspect will
not be requested during the contract period
# Note: Base price consists of
a) Wages,
b) EPF Components
(Employee & Employers
contribution)
c) Insurance/ESI
d) Transportation charges
e) Accommodation
f) bonus
g) safety gadgets
h) Uniform
i) Company Over heads, etc….
Yes / No
# for reference only.
It is hereby confirmed that I/We are entitled to act on behalf of our
corporation/company /firm/organization and empowered to sign this document as
well as such other documents which may be required in this connection.
Dated this …………………………. Day of …………………..20XX
(Signature) (In the capacity of)
Duly authorized to sign the Bid Response for and on behalf of:
……………………………………………………………….
(Name and address of the Bidder) Seal/Stamp of Bidder
Page 25 of 27
Annexure-5
Minimum wages confirmation form
(Without filling the details, to be signed, stamped and uploaded in
Techno-Commercial Bid Proposal)
Date: --/--/20--
To
Sathish Dhawan Space Centre,
ISRO, Sriharikota,
SPSR Nellore dist
PIN. 524124
Subject: Techno-commercial Bid for Work Contract for TPF /EIS / RO.
Dear Sir/Madam,
Having examined the Tender Document, the receipt of which is hereby duly
acknowledged, we, the undersigned, offer to provide services for Work Contract
for TPF /EIS / RO and to meet such requirements & provide such services as are
set out in the Bid Document.
1. We have noted that the contract value is fixed for two years and we have
considered the hike in wages for next two years. We will not propose any
request for P.O. value amendment.
2. We agree to follow all the statutory laws related to prevailing labour acts
including the amendments during the contract period.
3. We will be paying the minimum wages to our employees as per AP State
Govt/ Central Govt. / SDSC Fair wages whichever is high.
4. We have quoted contract value by considering the minimum wages to the
workers as per the AP State / Central Govt labour act (Order No.
F.No.1/10(1)/2018-LS-II, Dated 03.04.2018) whichever is high and further
revisions if any.
5. The offered quote is inclusive of all the allowances and taxes as per the
statutory norms of State/ Central govt. etc
6. We have also noted and accommodated the future revisions of basic wage
(for the contract period of two years) in quotation. Further revision in
purchase order value in this aspect will not be requested during the contract
period.
Page 26 of 27
7. We considered in our price the minimum wages, EPF, ESI, Bonus, medical
expenses, and transportation charges for the workers engaged and the
same are as indicated below.
Indicative Minimum wage considered per head (*)
Sl.No. Factors considered Tech.Asst
.
Technician Helper
1 Basic wage
To be mentioned as part of
price bid only.
2 EPF
3 ESI
Gross salary per head
4 Bonus
5 Transportation charges
6 Uniform
7 Safety shoes
8 Accommodation
8. We also understood that the above indicated price is for reference only
and not for
finalisation of the Lowest offer (L1).
9. To be filled by the contractor in the price bid format only.
It is hereby confirmed that I/We are entitled to act on behalf of our corporation
/company /firm /organization and empowered to sign this document as well as such
other documents which may be required in this connection.
Dated this …………………………. Day of …………………..20XX
(Signature) (In the capacity of)
Duly authorized to sign the Bid Response for and on behalf of:
……………………………….
(Name and address of the Bidder) Seal/Stamp of Bidder
Page 27 of 27
Annexure-6
Exceptions and Deviations
(To be filled, if any, signed, stamped and uploaded in Techno-Commercial
Bid Proposal)
In line with Proposal Document, Bidder may stipulate Exceptions and deviations
to the Proposal conditions if considered unavoidable.
Sl.No
.
Reference in
Specification
Tender
Spécification
Offered
Spécification Déviations
1 Page No Clause No
2
3
4
NOTE :
1. Only deviations are to be written in this Annexure.
2. Any deviations taken by the Bidder to the stipulations of the Proposal
document shall be brought out strictly as per this format and enclosed along
with the bid.
3. Any deviations not brought out as per this Pro-forma and written elsewhere
in the Proposal document shall not be recognized and the same is treated
as null and void.
4. Any wilful attempt by the Tenderer to camouflage the deviations by giving
them in the covering letter or in any other documents that are enclosed may
render the Bid itself non-responsive.
(Signature of the Bidder)
S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR
Welcome, Materials Master (isro)31 August 2017,
17:16:08 IST
MAIN VIEW HELP
Preview For STANDARD TERMS AND CONDITIONS
Page Destination: Tender Header Format Type : Normal
. :
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SATISH DHAWAN SPACE CENTRE
PURCHASE DIVISION
Tele No.08623-225023/225174/225127 Fax No.08623-225170/22-5028 e-Mail ID : [email protected], [email protected], [email protected]
STANDARD TERMS & CONDITIONS
1.OFFERS SHALL BE SENT ONLINE ONLY USING STANDARD DIGITAL SIGNATURE CERTIFICATE OF CLASS III WITH ENCRYPTION / DECRYPTION. THE TENDERS AUTHORISED ONLINE ON OR BEFORE THE OPEN AUTHORISATION DATE AND TIME ONLY WILL BE CONSIDERED AS VALID TENDERS EVEN THOUGH THE BIDS ARE SUBMITTED ONLINE.
2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE. In case of two-part tenders, parties shall submit their offers as follows:-
1) Part-I – Techno-commercial Bid (No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid) 2) Part-II – Price Bid
In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected. 3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which future enquiries will not be sent. 4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part
tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered for evaluation. 5.GST - GST and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the tender. GST details are given below
GSTIN: 37AAAGS1366J1Z1 LEGAL NAME : SATISH DHAWAN SPACE CENTRE SHAR VALIDITY FROM:29/08/2017
TYPE OF REGISTRATION:REGULAR 6.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 050/2017 539 (b) Dt: 30.06.2017.
This may be taken into account while quoting for import items, if any. In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately, with Customs Duty component and terms and conditions thereto. 8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be
furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as per the Prime Lending Rate of RBI plus 2% penal interest. Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers.
9.Liquidated Damages - In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if the party fails to deliver the material within the delivery schedule, Liquidated Damages will be levied @ 0.5% per week or part thereof subject to a maximum of 10% of total order value. 10.Performance Bank Guarantee - Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank
Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period.
Page 1 of 3
11.Security Deposit – Security Deposit for 10% of the order value is mandatory, if the ordered value is Rs.5.00 lakhs and above. Party shall furnish the Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till
completion of the contract period plus sixty days towards claim period for faithful execution of the contract. 12.BANK GUARANTEE FOR FIM: Supplier has to submit Bank guarantee for equal value of Free Issue of Materials (FIM) issued by the Department from Nationalised / Scheduled Bank valid till receipt and acceptance of supply and satisfactory accounting of FIM plus sixty days as claim period.
13.The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries and offers with delivery beyond the period will be treated as unresponsive. 14.The Department will have the option to consider more than one source of supply and final orders will be given accordingly.
15.The bidders should note that conditional discounts would not have edge in the evaluation process of tenders. 16.Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Performance Bank Guarantee, Security Deposit, Liquidated damages are liable for disqualification. 17.Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation and
commissioning. 18.Purchase/Price Preference will be extended to the MSMEs under the Public Procurement Policy for MSMEs formulated under the Micro, Small and Medium Enterprises Development Act, 2006 and instructions issued by Government of India from time to time. Vendors who would like to avail the benefit of MSME should clearly mention the same and submit all the documentary evidences to substantiate their claim along with tender itself.
19.The drawings, specifications, end use etc., given by the Centre/Unit along with the tender enquiry are confidential and shall not be disclosed to any third party. 20.SPECIAL CONDITIONS FOR SUBMITTING QUOTATIONS IN FOREIGN CURRENCY BY THE INDIAN AGENTS
The Tenderer should submit the following documents/information while quoting:- a)Foreign Principal's proforma invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be rendered by the Indian Agent. b)Copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual
interest in the business. c)Registration and item empanelment of the Indian Agent. d)Agency Commission will be paid only Indian Currency.
e)Compliance of the tax laws by the Indian Agent. 21. High Sea Sales- Against High Sea Sale transactions: a.Offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the responsibility of the supplier and at his cost and risk.
b.100% payment will be made within 30 days after receipt and acceptance of the items at our site. c. GST as applicable d.Customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided.
e.High Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed and issued by SDSC-SHAR. 22.The following information/ documents are to be submitted wherever applicable.
1.Product Literature 2.Core banking account number of SBI, RTGS Details 3.PAN No. in quotation and invoices
4.GST Registration details. 5.In case of MSME, registration details / documents from Competent Authority. 23.EXCLUSION OF TENDERS
The following tenders shall be summarily rejected from the procurement process a.Tenders received from vendors who have not qualified in terms of their registration. b.Tenders received against publishing of a limited tender in the CPP portal.
c.Tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings. d.Unsolicited tenders from vendors. e.The tenders which materially depart from the requirements specified in the tender document or which contain false information.
f.The tenders which are not accompanied by the prescribed Earnest Money Deposit. g.The tenders of vendors who have not agreed to furnish Security Deposit, Performance Bank Guarantee and Liquidated Damages. h.The validity of the tenders is shorter than the period specified in the tender enquiry.
i.The tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process. j.The tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair competition.
Page 2 of 3
k.The tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where the Principals/OEMs also submit their tenders simultaneously for the same item/product in the same tender).
l.In case two or more tenders are received from an Indian agent on behalf of more than one foreign Principal/OEM, in the same tender for the same item/product. m.If a firm quotes ‘NIL’ charges / consideration, the bid shall be treated as un-responsive and will not be considered.
Page 3 of 3
Top Related