+ All Categories
Home > Documents > Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised...

Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised...

Date post: 12-Oct-2020
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
40
Director ‘Deep Bhavan’M Phone: 02 E m Name of work:Fabric for Ar Valsa 1 Government of India Ministry of Shipping rate of Lighthouses and Lightshi M.G. Road,Ghatkopar(E) Mumb 22 – 25068390 Fax: 022- 25060 mail: dllmumbai77@gmail.com www.dgllnoida.gov.in BID DOCUMENT cation and Supply of 2400mm diame rnala Lighthouse at Dist. Palgarh, M ad khadi Lighthouse at Dist. Valsad, ips bai- 400077 0996 eter Lantern House Maharashtra and , Gujarat.
Transcript
Page 1: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

Directorate of Lighthouses and Lightships

‘Deep Bhavan’M.G.

Phone: 022

E mail:

Name of work:Fabrication

for Arnala

Valsad khadi

1

Government of India

Ministry of Shipping

Directorate of Lighthouses and Lightships

‘Deep Bhavan’M.G. Road,Ghatkopar(E) Mumbai

22 – 25068390 Fax: 022- 25060996

E mail: [email protected]

www.dgllnoida.gov.in

BID DOCUMENT

Fabrication and Supply of 2400mm diameter

Arnala Lighthouse at Dist. Palgarh, Maharashtra and

Valsad khadi Lighthouse at Dist. Valsad, Guj

Directorate of Lighthouses and Lightships

Mumbai- 400077

25060996

diameter Lantern House

Dist. Palgarh, Maharashtra and

Dist. Valsad, Gujarat.

Page 2: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

2

Government of India

Ministry of Shipping

Directorate of Lighthouses and Lightships

‘Deep Bhavan’M.G. Road,Ghatkopar(E) Mumbai- 400077

Phone: 022 – 25068390 Fax: 022- 25060996

E mail: [email protected]

Fabrication and Supply of 2400mm diameter Lantern House for

Arnala Lighthouse at Dist. Palgarh, Maharashtra and Valsad khadi

Lighthouse at Dist. Valsad, Gujarat.

INDEX

Section

No.

Description

Page No.

1 Notice Inviting E-Tender 3-4

2 Instruction to Bidders 5-9

3 Eligibility Criteria 10-15

4 General Conditionsof the Contract 16-18

5 Special Conditions of Contract 19-20

6 Scope of the Work& Specifications of Lantern House 21-23

7 Schedule of work/Bill of Quantity 24

8 Miscellaneous Proforma 25-28

9 List of Drawings and Drawings. 29-40

Page 3: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

3

Government of India

Ministry of Shipping

Directorate of Lighthouses and Lightships

‘Deep Bhavan’M.G. Road,Ghatkopar(E) Mumbai- 400077

Phone: 022 – 25068390 Fax: 022- 25060996

E mail: [email protected]

No.BLH/13-MT(197)2017 Dated :12/01/2018

SECTION-1

NOTICE INVITING E-TENDER

For & on behalf of the President of India, the Director of Lighthouses & Lightships (DLL), Deep

Bhavan, M.G Road, Ghatkopar (E) Mumbai-400077 - India, invites Online Bids under two bid

system (two cover system, Part I-Technical bid, Part II- Commercial bid) for “Fabrication and

Supply of 2400 mm. diameter Lantern House for Arnala lighthouse at Dist.Palgarh Maharashtra and

Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with

own foundry and having experience and expertise for following work:

S.No Details Description

01 Name of work Fabrication and Supply of 2400mm . diameter Lantern

House for Arnala lighthouse at Dist.Palgarh Maharashtra

and Valsad khadi Lighthouse at Dist.Valsad,Gujarat .

Total quantity:-Two number

02 Estimated cost Rs. 51 74000/-

03 Earnest Money Deposit Rs. 105000/-

04 Period of download of

Tender 15/01/2018 (1800 hrs) to 06/02/.2018 (1200 hrs)

05 Cost of Tender Form Rs.1000/- (Non Refundable)

06 Date of Pre-bid meeting 23/01/2018 at 1500 hrs

07 Last Date for submission of

Tender Form 06/02/2018 up to 1200 hrs.

08 Date of Opening Tender 07/02/2018 at 1500 hrs

09 Period of completion of work 45 days

10

Eligibility of Criteria Bidders (OEM / Authorized Distributor / Authorized

Dealer) must have

i) Valid Registration certificate/License

ii) Documentary evidence of adequate financial standing

iii) Permanent Account Number iv) GST Registration certificate.

Page 4: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

4

Note:

1. Tender Fee in the form of Demand Draft (in original) drawn in favour of “Director of

Lighthouses and Lightships, Mumbai, payable at Mumbai.”

2. EMD in the form of DD/FDR (in original) and original Tender fee in form of DD from any

Nationalised /RBI approved Bank, in favour of “Director of Lighthouses and Lightships,

Mumbai”, Payable at Mumbai should be submitted to the Tender Inviting Authority, before the last

date of bid submission date failing which the tender shall liable to be rejected. Director shall not be

responsible for any delay or loss, due to postal/Courier Services.

3. The details of work, available in the tender document, can be downloaded from website Central

Public Procurement (CPP)Portalhttps://eprocure.gov.in/eprocure/app and the bid is to be submitted

Ponline only on https://eprocure.gov.in/eprocure/ app up to last date and time of submission of

tender. Sale of physical tender document is not applicable.

4. The Department reserves the right to amend or withdraw any of the term and conditions

contained in the tender document or to reject any or all tenders without assigning any reason. The

decision of the Director of Lighthouses & Lightships,Mumbai in this regard shall be final and

binding in this regard.

5. Aspiring bidders who have not enrolled / registered in e-procurement should enrol / register

before participating through website https://eprocure.gov.in/eprocure/app.The portal enrolment is

free of cost.

Director

For and on behalf of the President of India

Page 5: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

5

Government of India

Ministry of Shipping

Directorate of Lighthouses and Lightships

‘Deep Bhavan’M.G. Road,Ghatkopar(E) Mumbai- 400077

Phone: 022 – 25068390 Fax: 022- 25060996

E mail: [email protected]

Fabrication and Supply of 2400mm diameter Lantern House for Arnala Lighthouse at

Dist. Palgarh, Maharashtra and Valsad khadi Lighthouse at Dist. Valsad, Gujarat.

SECTION –2

. INSTRUCTIONS TO BIDDERS

2.1 Tender form can be downloaded from the web site https://eprocure.gov.in/eprocure/app .

2.2This section of the bidding documents provides the information necessary for bidders to prepare

online responsive bids, in accordance with the requirements of the DLL. It also provides

information on online bid submission, opening, evaluation and contract award. It is necessary for

the bidders to go through the instructions contained in this section before submission of bid.

2.3. INSTRUCTIONS FOR ONLINE BID SUBMISSION:

The bidderis required to submit soft copy of his bid electronically on the Central Public

Procurement (CPP) Portal, using valid Digital Signature Certificate. 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.

2.3.1 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 should 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 user name

and assign a password for their accounts.

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

Certificates with signing key usage) is mandatory which can 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.

Page 6: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

6

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

they do not lend their DSCs to others which may lead to misuse and should ensure safety of the

same.

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

and the password of the DSC / e-Token.

2.3.2 PREPARATION OF BIDS

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

site and download the complete tender document and should 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 have to be submitted, the number of documents - including the names 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, the same may be obtained through the contact details given in

the tender document.

(iv) Bidder should get ready in advance the bid documents 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, GST, 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.

2.3.3 SUBMISSION OF BIDS

(i) Bidder should 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 should prepare the Tender Fee and EMD as per the instructions specified in the NIT/

tender document. The originals of Tender Fee and EMD should be submitted to the DLL,

within 7 days from last date of bid submission period. Bidder should send the EMD & Tender

fee through Indian postal/Courier Service. DLL shall not be responsible for any delay or loss,

due to postal/Courier Services. The details of the Demand Draft/Bank Guarantee, physically

sent, should tally with the details available in the scanned copy and the data entered during bid

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

(iii) While submitting the bid online, the bidder shall read the terms & conditions (of CPP portal)

and accepts the same in order to proceed further to submit their bid.

Page 7: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

7

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

of the Demand Draft/Bank Guarantee.

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

tender document.

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

downloading the tender document and uploading their offers 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 document.

(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 and any change/ modification of

the price schedule shall render it unfit for bidding.

Bidders shall download the Schedule of Rates in Excel format and save it without changing the

name of the file. Bidder shall quote their rates in figures in white background cells, thereafter

save and upload the file in financial bid cover (Price bid) only. If the Schedule of Rate 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) Bidders shall submit their bids through online e-tendering system to the Tender Inviting

Authority (TIA) well before the bid submission end date & time (as per Server System Clock).

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

submission of bids online by the bidders at the eleventh hour.

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

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

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

bid opening.

(xi) Bidder should 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 bidders 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.

(xiii)The bidder should ensure/see that the bid documents submitted should be free from virus and if

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

to be rejected.

Page 8: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

8

(xiv)The time settings fixed in the server side and displayed at the top of the tender site, will be

valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system. The

bidders should follow this time during bid submission.

(xv) 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 by the authorized bid openers.

(xvi) The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption

technology is used. Data storage encryption of sensitive fields is done.

(xvii) The bidder should 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.

(xviii) Any queries relating to the tender document and the terms and conditions contained therein

should be addressed to the Tender Inviting Authority for a tender or the relevant contact person

indicated in the tender.

(xix) Any queries 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 233 7315.

SUBMISSION OF OFFER

2.4 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)

Online bids should 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.

a. Scanned Copy of Tender fee (Non-refundable) of amount as mentioned in the form of

Demand Draft only drawn in favour of “Director of Lighthouses and Lightships,

Mumbai” payable at Mumbai

b. Scanned Copy of Earnest Money Deposit (in the form of DD/FDR/) of amount as

mentioned in NIT from any Nationalised /RBI approved Bank.

c. Scanned copies of proof for eligibility as per para3.1.1.to 3.1.4. of Section 3.

d. Scanned copy of tender acceptance letter as per Annexure – II

e. Scanned copy of GST Registration

f. Scanned copy of Pan Card, Income Tax Return for last three years.

g. Scanned copy of valid Company Registration Certificate

h. Annual Turnover Certificate for three years duly certified by Chartered Accountant.

i. Affidavit that the company has not blacklisted by any Organization.

Page 9: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

9

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. The respective Cover– 2, i.e. Price Bid of the technically disqualified offers shall

not be opened.

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 BOQ/Schedule of works in excel format

uploaded separately shall be used for quoting price/offer.

i) It may please 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.

ii) The quoted rates shall be filling on line which should be duly digitally signed by the

bidders or his authorized person.

2.5 SUBMISSIONS AND OPENING: -

2.5.1 The bid should be submitted online at website https://eprocure.gov.in/eprocure/app only, by

the due date as per NIT. The Server Date & Time as appearing on the website

https://eprocure.gov.in/eprocure/app 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 holiday tender will be

opened on next working day at same time.

2.5.2 Only those bidders shall be considered qualified by the DLL, who submit requisite Tender

fees and EMD and 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 DLL shall be final and binding in this regard.

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

DLL will in no case be responsible or liable for these cost, regardless of the conduct or outcome of

the tendering process.

2.5.4The prospective bidder requiring any clarification of the tender document may obtain

from Tender Inviting Authority, Director, Directorate of Lighthouses & Lightships, Deep

Bhavan, M.G. Road,Ghatkopar, Mumbai-77 through e-mail. All such request shall be made

one day prior to the pre- bid meeting.

Director

For and on Behalf of President of India

Page 10: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

10

Government of India

Ministry of Shipping

Directorate of Lighthouses and Lightships

‘Deep Bhavan’M.G. Road,Ghatkopar(E) Mumbai- 400077

Phone: 022 – 25068390 Fax: 022- 25060996

E mail: [email protected]

Fabrication and Supply of 2400mm diameter Lantern House for Arnala Lighthouse at

Dist. Palgarh, Maharashtra and Valsad khadi Lighthouse at Dist. Valsad, Gujarat.

SECTION -3

ELIGIBLITY CRITERIA

3.1.1 Bidders(OEM / AuthorisedIndustries/ AuthorisedFirms) musthave:-

i) Valid Registration certificate/License

ii) Documentary evidence of adequate financial standing

iii) Permanent Account Number

iv) GST Registration Number

3.1.2 The firm should have experience of completion of similar works in any central/state

government department/public sector undertaking or Autonomous bodies.. Similar works

shall mean fabrication, supply and installation any type of job at any central/state

government department/public sector undertaking or Autonomous bodies.

3.1.3 The bidder must produce experience certificate from competent authority as mentioned

above.

3.1.4 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

required to be furnished along with the Technical Bid-

(a) DD/FDR as Earnest Money Deposit.

(b) Tender Fee in the form of DD.

(c) 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,

(d) Information regarding such experience in similar works.

(e) Copies of PAN Card,Income Tax Return for the last three years.

(f) Scanned copy of GST Registration Number.

(g) Undertaking stating that firm is not blacklisted by any Organization.

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

Page 11: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

11

performance bank guarantee forfeited. Also, the Contractor shall be fined as deemed

appropriate by the employer for breach of trust.

3.2 Cost of Bidding:

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

employer will in no case be responsible or liable for those costs.

3.3 Assurance:

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

carry out the services, pursuant to the Contract, within the time set forth therein.

3.4 Bid document:

3. 4.1 The bid document consists of the following section:–

Section-1 Notice Inviting E-tender

Section -2 Instruction to Bidders

Section -3 Eligibility Criteria

Section -4 General Conditions of Contract

Section -5 Special Conditions of Contract

Section -6 Scope of the work& Specification of Lantern house.

Section-7 Schedule of Work/Bill of quantity

Section- 8 Miscellaneous Proforma

Section-9 List of Drawings and Drawings.

3. 4.2 The bidder is expected to examine the bid document including all instructions, forms, terms

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

submission of bid not substantially responsive to 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 be asked in the office during working hour or send their queries through e-mail/Fax

before pre-bid.

3.6. Amendment of bid document

3.6.1 At any time prior to the deadline for submission of Bids, the Employer may for any reason,

whether at his own initiative or in response to a clarification requested by a prospective

Bidder, modify the bid documents by amendment.

3.6.2 The amendment shall be part of the bid document and will be notified in writing or by Fax

or e-mail to all prospective Bidders. Bidders are required to acknowledge receipt of any such

amendment to the bid documents.

3.7 Language of the bid:

Page 12: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

12

All documents related to bid should 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 The bid prepared by the bidder shall be having two parts viz. Part-I (Technical bid) and Part-

II (Commercial bid).

3.8.2 The technical bid shall comprise the following –

(a) Documentary evidence establishing that the bidder is eligible to bid.

(b) Documentary evidence establishing that the bidder is qualified to perform the

Contract if the bid is accepted.

(c) All the documents as mentioned in Para 3.1.1 to 3.1.3 of Section 3.

(d) Scanned copy Tender Fee and EMD.

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

(f) An undertaking to the effect that the services extended will be in accordance with the

laws of the land.

(g) An Undertaking that Bidder is not Black listed.

3.8.3 The Commercial bid shall contain Bill of quantities (BOQ) duly filled in accordance with

instructions to bidder.

3. 9 Bid Price

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 until completion of Contract

performance.

3.10 Bid Currencies:

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

3. 11 Deleted

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.

3.12.3 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

Page 13: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

13

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.

3.12.4 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.

3.12.5 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.

3. 12.6 The bidder shall not be under a declaration of in-eligibility for corrupt & fraudulent

practices in any Govt. Department or organization in India or abroad.

3.13 Clarification on Bids:

To assist in the examination, evaluation and comparison of bids, DLL 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 to be in accordance with the provisions of Clause 3.1.1 and

3.1.2.

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 of the award by the DLL prior to

expiry of the bid validity period by E-mail/Speed Post This letter will state the sum that the

Employer shall pay the Contractor for the works by the Contractor as prescribed in the

Contract.

3.15.4 The notification of award will constitute the formation of the Contract subject to the

furnishing of a contract performance bank guarantee. However, the successful bidder shall

be required to submit a performance guaranty within 15 days from date of issue of letter of

acceptance of bid, equivalent to 10% of the contract value, which will remain valid up to

period of three months beyond the date of expiry of period of contract. The E.M.D. of the

successful bidder will be returned on the submission of valid performance guaranty. The

Page 14: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

14

Performance guarantees shall be returned after satisfactory completion of contract period or

extended or reduced contract period.

3.15.5 The Agreement will incorporate all correspondences between the employer and the

successful bidder. It will be signed by the employer and sent to the successful bidder within

15 days following the notification of award along with the Letter of Acceptance. Within 15

days of receipt, the successful bidder will furnish the contract performance bank guarantee

and sign the Agreement with the employer.

3.15.6 The E.M.D. of the successful Bidder shall be refunded without any interest within 30 days

after the award of contract and submission of Performance Bank Guarantee. The earnest

money deposit of the unsuccessful bidders shall also be refunded within 30 days after

opening of financial bids. In case the date fixed for opening of Technical bids falls to be a

holiday the bids will be opened on the successive working day.

3.15.7 Any addition/alteration made in the bid document by the bidder will render the bid non-

responsive and such bid will be summarily rejected.

3.15.8 The tendered rate should be valid for aperiod of 90 days from the date of the opening of the

Technical bid.

3.16 Evaluation of Bids:

3.16.1 The DLL will 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 reservation.

3.16.2 The bids will be evaluated by the Technical evaluation committee.

3.16.3 Schedule of Rates shall be evaluated based on the lowest cost.

3.16.4 If a bid is not substantially responsive, it will be rejected by the DLL and may not

subsequently be made responsive by the bidder by correction of the non-conformity.

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

details will be rejected for non-responsiveness.

3.16.6 If the present performance of the bidder in a current contract is unsatisfactory as certified by

any authority of the relevant work, the offer of the bidder will be summarily rejected without

assigning any reasons thereof.

3.16.7The bidders shall quote the rates only for the items mentioned in the schedule of Rates 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.

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

will be liable to be rejected.

Page 15: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

15

3.15.9 The units of the items shall be same as per the Schedule of Rates and any other unit

mentioned in the offer will be liable to be rejected.

3.16.10 Conditional offers are liable for rejection.

3.16.11The Price bid(s) of the prospective bidders, who fulfils the techno-commercial requirement

of the bid(s), shall be evaluated further.

3.16.12 Any effort by a bidder to influence the DLL in the process of examination, clarification,

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

result in rejection of the bidder's tender.

3.17 Notification of Award

3.17.1 The bidder whose bid has been accepted will be notified for the award by the DLL prior to

expiration of the Bid validity period through the work order.

4.17.2 The Bidder shall promptly check their e-mailbox registered with CPP Portal for receipt of

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

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

.

3.17.3 If any of the information furnished by the bidder is found to be incorrect, the bid/ contract is

liable to be rejected/terminated and the EMD/ Performance Security will be forfeited.

3.17.4 DLL reserves the right to cancel the tender without assigning any reason thereof.

3.17.5 Tenders from those bidder who have not submitted their offer as per NIT will not be

Considered.

Director

For and on behalf of the President of India

Page 16: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

16

Government of India

Ministry of Shipping

Directorate of Lighthouses and Lightships

‘Deep Bhavan’ M.G. Road, Ghatkopar(E) Mumbai- 400077

Phone: 022 – 25068390 Fax: 022- 25060996

E mail: [email protected]

Fabrication and Supply of 2400mm diameter Lantern House for Arnala Lighthouse at

Dist. Palgarh, Maharashtra and Valsad khadi Lighthouse at Dist. Valsad, Gujarat.

SECTION-4

GENERALCONDITIONS OFTHE CONTRACT

4.1 GENERAL CONDITIONS

(i) The work site is situated at Arnala Lighthouse at Dist. Palgarh, Maharashtra and Valsad khadi

Lighthouse at Dist. Valsad, Gujarat. Bidders are encouraged to visit the site at their own to

satisfy themselves about the site conditions, risk, and contingencies and other circumstances,

which may influence their working, before submitting their tender. The intending bidders

who wish to seek any clarification may contact the office of:

The Director,

Directorate of Lighthouses and Lightships,

Deep Bhavan,M.G. Road,Ghatkopar (E) Mumbai -400 077

Phone : 022-25068390; Fax : 022-25060996

E-mail; [email protected]

.

(ii) The bidder shall be deemed to have satisfied himself before bidding so as to the

correctness and sufficiency of their bid for the works and of the rates and amount quoted

in the schedule of work, shall 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.

(iv) The time allowed for completion of the work shall be 45 days (Supply of Fabricated

2400 mm diameter of Lantern House at Lighthouse) from the date of issue of work

order.

(v) Bidder submitted without earnest money and/or not duly signed by bidder or his

authorized signatory or any conditional bid shall be treated as non-responsive and shall

be summarily rejected. The Earnest Money Deposit shall be submitted for Rs.105000/-

in the form of Demand Draft drawn on any nationalized Bank in favour of “Director of

Lighthouses & Lightships, Mumbai”.

Page 17: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

17

(vi) Each Bidder shall submit only one tender for this work. A bidder who submits more than

one tender of this work shall cause all the proposals with tenderer’s participation to be

disqualified or rejected.

(vii) Those tenderer whose near relatives are posted as accountants or as an officer in any capacity

between the grades of Director and Assistant Engineer/ Assistant Executive Engineer (both

inclusive) in the Directorate of Lighthouses & Lightships, shall not be permitted to tender.

(viii) No Engineer of gazetted rank or other gazetted officer employed in engineering or administrative

duties in an engineering Deptt. of Govt. of India, is allowed to work as a contractor for a period

of two years after his retirement from government 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 employee is found, any time to be such a person who had not obtained permission of

Government of India as aforesaid, before submission of the tender or engagement in the

contractor’s service.

(ix) The bidder shall not be under declaration of in- eligibility for corrupt and fraudulent

practices or blacklisted in any Govt. Deptt. or organization in India or abroad.

(x) In the event of any specified date, being or declared as a holiday by the Government of

India, the same will take place on or up to appointed time on next working day.

(xi) At any time prior to the deadline for submission of tenders, the Director for any reason,

whether at his own initiative or in response to a clarification requested by a prospective

tenderer, modify the tender documents by amendment.

(xii) The amendment shall be part of the tender document and shall be notified by writing or by FAX

or e- mail to all prospective tenderers. Tenderers are required to acknowledge receipt of any such

amendment to the tender documents

(xiii) The Director reserves the right to accept/ reject any or all the tenders without assigning any

reason what so ever.

(xiv) The EM.D of unsuccessful bidder shall be refunded within 30 days after opening of the bids. The

E.M.D of the successful bidder shall be released after Final bill on successful completion of the

work and recording of the final measurements.

(xv) The Director shall forfeit the full EMD, if

a) The Bidder withdraws his tender before the expiry of the validity period, or before

the issue of letter of acceptance. Whichever is earlier. Or

b) The bidder makes any modification in the terms and conditions of the tender at his

own. Or

c) The bidder fails to furnish the prescribed performance guarantee within the

prescribed period. Or

d) The bidder does not accept corrigendum issued by the Director or any corrections

raised due to error in filling the tender or work order. Or

e) The successful bidder fails to sign the agreement with the specified time by the

Director. Or

Page 18: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

18

f) If the bidder not commencing the work within 15 days at site from the date of work

awarded to him and/or not completing the work within stipulated completion period

specified by the Director. Or

g) Only a part of the work as shown in the tender is awarded, and the contractor does

not commence the work.

4.2 Transport of Items/Goods:-

(i) The Contractor shall be responsible for packing, loading, transporting, receiving, unloading,

storing and protecting all items/goods..

(ii) The Contractor shall indentify and hold the Employer harmless against and from all

damages, losses and expenses (including legal fees and related expenses) resulting from the

transport of goods, and shall negotiate and pay all claims arising their transport.

4.3 Permits& licenses:-

The contractor shall arrange permit & licenses for transport the items/goods, if required.

4.4 Contract Performance Guarantees:-

(i) Within 15 days after issue of letter of intent for award of the contract by the Employer, the

Contractor shall furnish a Contract Performance Bank Guarantees @ 10% of the value of

quoted amount valid for a period of 3 months beyond the expiry of warranty period. Failure

of the Contractor to furnish the required Bank Guarantees by due date shall constitute

sufficient ground for the annulment of the award and forfeiture of EMD.

(ii) The Contractor shall get extended the validity of the Contract Performance Bank Guarantees

and renew until works have been completed and any defects have been remedied.

(iii) The item of works shall have warranty of 12 months from the date of completion of works.

(iv) The Employer shall return the Contract Performance Bank Guarantees to the Contractor

after successful completion of Guarantee/Warrantee period.

Director

For and on behalf of the President of India

Page 19: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

19

Government of India

Ministry of Shipping

Directorate of Lighthouses and Lightships

‘Deep Bhavan’ M.G. Road, Ghatkopar (E) Mumbai- 400077

Phone: 022 – 25068390 Fax: 022- 25060996

E mail: [email protected]

------------------------------------------------------------------------------------------------------------------------

Fabrication and Supply of 2400mm diameter Lantern House for Arnala Lighthouse at

Dist. Palgarh, Maharashtra and Valsad khadi Lighthouse at Dist. Valsad, Gujarat. SECTION-5

SPECIAL CONDITIONS OF THE CONTRACT

5.1 General:-

The Employer shall monitor and supervise the work, test and examine material to be used and

workmanship employed in connection with work and installation. However the Employer shall have

full powers to delegate his authorities as stipulated in the condition of contract, to his representative.

5.2 Inspection:-

The Employer or his representative shall inspect fabricated items of Lantern House at Manufacturer

site. Any defects shall be rectified by the firm/contractor.After clearance from the Employer it shall

be dispatched to the Lighthouse. At any stage of fabrication, Employer or his representative shall

inspect the progress and quality of material at his discretion.

First Inspection: - All Brass, Copper materials & fitting items i.e. Astragal; Roof Rafter etc. should

be available at Workshop. Murete casting and maching should be completed in all respect

Final Inspection:- Lantern House should be ready in assembled complete for final inspection

5.3 Time of Completion:-

The time allowed for completion of the work 45 days (Supply of fabricated 2400mm diameter

Lantern House at Lighthouse station) from the date of issue work order.

5.4 Framing of Contract:-

This contract shall be framed and operated as Indian Contract in the all respects and in conformity

with Indian laws. Law suits and other proceeding arising out of or in connection with the contract

works shall be instituted in courts of Mumbai, India.

Page 20: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

20

7.5 Consignee address: - 1.The Station In-Charge, Arnala Lighthouse,Post Office: -Arnala

Dist.:- Palgarh, Pin Code: -401302 (Maharashtra)

2. The Station In-Charge, Valsad khadi Lighthouse,

Post Office: -Kosamba Dist.:- Valsad, Pin Code: -396120

(Gujarat)

5.6 Paying Authority:

The payment will be made by “The Director of Lighthouses and Lightships, “Deep Bhavan”,

M.G.Road, Ghatkopar (E) Mumbai-400077” after submission of proof of supply, Installation and

Commissioning of Lantern House at Consignee address.

5.7 Payment Terms and Conditions:-

a) 80% payment shall be made after supply of fabricated Lantern House at Consignee address for the

items supplied in safe working condition and correct quantity and 20% balance payment shall be

made after installation & commissioning and acceptance of the items.

b) The GST will be paid as per prevailing Government Rate. The proof of GST payment should be

submitted in the form of an undertaking from CA on his Letter Head.

c) All royalties, taxes, duties and levies etc. shall be paid by the contractor and the Director will not be

responsible for that.

d) Supplied Lantern House should have warranty/Guarantee against defects for 12 months from the date

of completion of the works.

e) Drawing: The contractor shall submit the complete details of drawing of each individual parts within

15 days of signing of agreement along with materials specification as per ISI code by e-mail.

f) Laboratory test certificate of the materials should be submitted with Invoice/Bill.

5.8 Escalation:-

No extra payment shall be made even after escalation of cost of material or labour during period of

fabrication or thereafter. The contract shall take necessary precautions during the bid.

5.9 Commencement, Delays and Suspension:

The contractor shall commence the works immediately after Commencement Date with due

expedition and without delay.

5.10 Time for Completion:-

The contractor shall complete the whole of the work within the Time for Completion for the works.

5.11 Liquidated Damages: -

If the contractor fails to comply with Sub-Clause “Time for Completion”, the contractor shall be

subjected to pay liquidated damages to the Employer for this default @ 2% of the contact value per

month but not more than 10% of the contact value.

DIRECTOR

Page 21: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

21

Government of India

Ministry of Shipping

Directorate of Lighthouses and Lightships

‘Deep Bhavan’ M.G. Road, Ghatkopar (E) Mumbai- 400077

Phone: 022 – 25068390 Fax: 022- 25060996

E mail: [email protected]

Fabrication and Supply of 2400mm diameter Lantern House for Arnala Lighthouse at

Dist. Palgarh, Maharashtra and Valsad khadi Lighthouse at Dist. Valsad, Gujarat. SECTION –6

SCOPE OF THE WORK AND SPECIFICATION OF LANTERN HOUSE

6.1 SCOPE OF THE WORK:-

(a) Fabrication& Supply of 2.40 M diameter (as per drawing) Lantern House including

cost of all materials, fabrication charges, galvanizing and painting, tools & plants etc.

complete

(b) Lantern House including Tools & Plants complete to be supplied by supplier.

Installation shall be commenced after completion of Lighthouse tower. The tentative

date shall be intimated.

(c ) Drawing of PCD of Lantern House and Template of PCD for making Grouting

Hole for fixing Grouting Bolts of Lantern House should be supplied as and

when required at site.

(i) Fabricated Lantern House should be supplied at Consignee address with prior

intimation to this office and the bidder should arrange to keep the item in safe

custody till completion of installation of Lantern House.

(ii) Painting of Lantern House:

(a) Murette portion Inside & outside –White Enamel with epoxy base primer

(b) Glazing portion Outside - Black Enamel

(c) Cupola & Dome – Orange Enamel

(d) Inside of Lantern house -Black mate

(iii) Proper co-ordination for timely completion of the work.

6.2 SPECIFICATION OF LANTERN HOUSE

Sr.No. Description of items Materials Quantity

1 Spike copper Copper 01

2 Bracket for connecting earth tape with spike Copper 01

3 Bracket for support earth tape from spike on roof sheet

Copper 02

4 Cupola copper Copper 01 nos

5 Rafter support inner ring M.S with G.I M.S 01 Nos.

Page 22: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

22

6 Brass Hand rail Brass 01

7 Copper Roof sheet of 2.00mm thick Copper 12 Nos.

8 Roof rafter made of brass casting Brass 12 Nos.

9 Brass Outer Hand rail with 12 nos. support bracket

Brass 01set.

10 Outer Hand Rail support bracket made of brass casting

Brass 12 Nos.

11 SS M8X35 Nut bolt and double washer for fixing Cupola with roof sheet and rafter.

SS 06 Nos.

12 SS M8X35 Nut bolt and double washer for fixing outer Hand rail with roof sheet and rafter.

SS 24 Nos.

13 SS M8X35 Nut bolt and double washer for fixing found inner Hand rail fitted with roof sheet and rafter

SS 12Nos.

14 SS M8X25 Nut bolt and double washer for fixing roof sheet with rafter and gutter

SS 156 Nos.

15 Gutter G.I M.S 12 Nos.

16 Astragal vertical portion made from Gun metal casting

Gun metal 12 Nos.

17 Astragal Horizontal top portion made from Gun metal casting

Gun metal 12 Nos.

18 Astragal Horizontal bottom portion made from Gun metal casting

Gun metal 12 Nos.

19 Glazing strip Top horizontal brass Brass 12Nos.

20 Glazing strip bottom horizontal brass Brass 12Nos.

21 Glazing strip vertical brass Brass 12Nos.

22 Glazing strip screw SS 6X12 SS 120

23 Glass panes1380x675x600x10 Toughened 12 Nos.

24 SS 8X40 Nut bolt and double washer for fixing Top horizontal astragal with gutter

SS 36 Nos.

25 SS CSK8X20 Screw with Nut and washer for fixing Bottom horizontal astragal with Murrette

SS 36 Nos.

26 SS 16x75 Nut bolt and double washer for fixing vertical astragal with Murrette

SS 24 Nos.

27 SS 12x60 Nut bolt and double washer for fixing Rafter with vertical Astragal

SS 24 Nos.

28 SS 10x40 Nut bolt and double washer for fixing Rafter with M.S ring

SS 12 Nos.

29 Murrette plate (1 Nos for fixing lantern door) M.S 12 Nos.

30 SS 16x40 Nut bolt and double washer for fixing Murrette plate

SS 72 Nos.

31 Ventilator cover fitted on outside of Murrette plate GI. provided with Rubber gasket and SS wire mesh

MS 06 Nos.

32 SS 12x 40 Nut bolt and double washer for fixing Ventilator cover fitted on outside of Murrette plate

SS 30 Nos.

Page 23: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

23

33 Fabricated round Disc Brass Ventilator fitted on inside of Murrette plate with locking ring.

Brass 06 Nos.

34 SS 6x25 CSK Screw with Nut and washer for fixing Fabricated round Disc Brass Ventilator fitted on inside of Murrette plate

SS 36 Nos.

35 Lantern house door G.I provided with locking liver and Rubber beeding

01 set

36 SS 12x40Nut bolt and double washer for fixing Door.

SS 10 Nos.

37 Foundation bolt with double nut and double washer 1”x 6” long

24 Nos.

38 Good quality and strong fabricated Brass handle fitted on vertical glazing strip

Brass 12 Nos.

39 Ventilator Brass inner disc 140 mm dia Brass 01 Nos.

40 Brass screw for fitting brass inner disc 8x25 Brass 12 Nos.

41 Fabricated M.S. Cover to cover the joint portion at vertical astragal and murrette plate 3mm thick

M.S. SHEET 12 Nos.

42 SS Screw for fixing M.S. Cover to cover the joint portion at vertical astragal and murrette plate

SS 24 Nos.

43 Aluminum ladder for lantern house 10 feet long with hooking arrangement

Aluminum 01 Nos.

44 Curtain hook SS 3/16” BSW thread SS 12 Nos.

45 Spare Glass panes 1380x675x600x10 Toughened 06Nos.

Note:-

1. ALL M.S MATERIALS SHOULD BE OF HOT –DIP GALVANIZED.

2. ALL COPPER AND BRASS MATERIALS SHOULD BE FINE FINISHED

3. G.I. MURETE AREA TO BE PAINTED WITH EPOXY BASE PRIMER

4. COPPER ROOF PORTION SHOULD BE PAINTED BY EPOXY BASE PRIMER.

5. ALL MATERIALS SHOULD BE ‘ISI’ STANDRAD

6. NECESSARY TEST CERTIFICATES TO BE PROVIDED WHEREVERAPPLICABLE

7. THE WORK SHALL BE TAKEN UP UNDER THE SUPERVISION OF OFFICER OF THIS

DIRECTORATE. .

DIRECTOR

Page 24: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

24

Government of India

Ministry of Shipping

Directorate of Lighthouses and Lightships

‘Deep Bhavan’ M.G. Road, Ghatkopar (E) Mumbai- 400077

Phone: 022 – 25068390 Fax: 022- 25060996

E mail: [email protected]

SECTION-7

SCHEDULE OF WORK/BOQ

Fabrication and Supply of 2400mm diameter Lantern House for Arnala Lighthouse at

Dist. Palgarh, Maharashtra and Valsad khadi Lighthouse at Dist. Valsad, Gujarat.

S.No Description of Items Unit Qty Basic

Rate(Rs)

excluding

GST

Total amount

excluding

GST

(Rs)

01 Fabrication and Supply of 2400mm diameter

Lantern House for Arnala Lighthouse at Dist.

Palgarh, Maharashtra and Valsad khadi

Lighthouse at Dist. Valsad, Gujarat. (as per

drawing) including cost of all materials,

fabrication charges, galvanizing and painting,

tools & plants etc. complete.

Set

02

02 Transportation charges for supply of item qty

01from supplier to Arnala Lighthouse at Dist.

Palgarh, Maharashtra and qty 01 to Valsad

khadi Lighthouse at Dist. Valsad, Gujarat,

at Sl No 01 including all packing and

forwarding, labour charges for loading and

unloading, Insurance, Levies, Octroi, Entry

Tax etc complete .

LS

02

Total

Note :-

1) BOQ has been uploaded on cpp portal and rates shall be submitted online by the bidders.

2) The price quoted shall be final and no extra payment shall be claimed by the Bidder.

3) Comparison shall be done on basic price only.

(Signature of the Bidder)

Page 25: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

25

Government of India

Ministry of Shipping

Directorate of Lighthouses and Lightships

‘Deep Bhavan’ M.G. Road, Ghatkopar (E) Mumbai- 400077

Phone: 022 – 25068390 Fax: 022- 25060996

E mail: [email protected]

------------------------------------------------------------------------------------------------------------------------

Fabrication and Supply of 2400mm diameter Lantern House for Arnala Lighthouse at

Dist. Palgarh, Maharashtra and Valsad khadi Lighthouse at Dist. Valsad, Gujarat.

Section-8

Miscellaneous Proforma

8.1 Proforma for bank guarantee for submission of Performance guarantee- Annexure -I.

8.2 Tender Acceptance Letter- Annexure -II.

Page 26: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

26

Annexure-I

Form 8.1

PROFORMA FOR CONTRACT PERFORMANCE BANK GUARANTEE

Whereas the Director of Lighthouses & Lightships, Kolkata for and on behalf of the

President of India (hereinafter called ‘DIRECTOR OF LIGHTHOUSE AND LIGHTSHIPS,

KOLKATA”) has issued letter of Intent for awarded of the contract vide

.for“Fabrication and Supply of 2400mm diameter Lantern House for Arnala Lighthouse at Dist.

Palgarh, Maharashtra and Valsad khadi Lighthouse at Dist. Valsad, Gujarat. ” to M/s

having its registered office at hereinafter called the “ Contractor”, which

expression shall unless repugnant to the context or meaning thereof mean and include all its

successors, administrators, executor and assign AND WHEREAS the Contractor is bound by the said letter of Intent to submit to the

Employer a Performance Guarantee for a total amount of .

2. We _________________(indicate the name of the bank) do hereby undertake to pay the

amounts due and payable under this guarantee without any demur, merely on a demand from

Director stating that the amount claimed is required to meet the recoveries due or likely to be due

from the said Contractor(s). Any such demand made on the bank shall be conclusive as regards the

amount due and payable by the Bank under this guarantee. However, our liability under this

guarantee shall be restricted to an amount not exceeding Rs. _____________ (Rs _____________

only) .

3. We undertake to pay the Government any money so demanded notwithstanding any dispute

or disputes received by the Contractor(s) in any suit or proceeding pending before any Court or

Tribunal relating thereto, our liability under this guarantee being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for

payment there under and the Contractor(s) shall have no claim against us for making such payment.

4. We ______________ (indicate the name of the Bank) further agree that the guarantee

herein contained shall 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 Director on

behalf of the Government 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.

5. We________________(indicate the name of Bank) further agree with Director that shall

have the fullest liberty without our consent and without affecting in any manner our obligations

hereunder to vary any of the terms and conditions of the said Agreement or to extend time of

Page 27: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

27

performance by the said Contractor(s) from time to time or to postpone for any time or from time to

time any of the powers exercisable by Director against the said Contractor(s) and to forbearance or

enforce any of the terms and conditions relating to the said Agreement and we shall not be relieved

from our liability by reason of any such variation, or extension being granted to the said

Contractor(s) or for any forbearance, act or omission on the part of Director or any indulgence by

Director to the said Contractor(s) or by any such matter or thing whatsoever which under the law

relating to sureties would but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or

the Contractor(s).

7. We _____________ lastly undertake not to revoke this guarantee except with the previous

consent of Director in writing.

8. This guarantee shall be valid up to ___________ unless extended on demand by Director.

Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs.

________ (Rupees __________________ only) and unless a claim in writing is lodged with us

within six months of the date of expiry or the extended date of expiry of this guarantee, all our

liabilities under this guarantee shall stand discharged.

Dated the _______________ day of ________ for ________ (indicate the name of the

Bank).

Witness :_________________ Authorised Signatory____________________

____________________________ Name : _________________________

____________________________ Address: ___________________

____________________________ ___________________

_____________________________ ___________________

Place : _______________________ Tele No/ Telex No/ Fax No/e-mail

Date : ________________________ Place : ___________________

Date : ___________________

Seal

Page 28: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

28

Annexure II

Form 8.2

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

Date:

To,

The Director,

Directorate of Lighthouses & Lightships,

D 372/2, Taratalla, Road,

Kolkata-700088.

Sub: Acceptance of Terms & Conditions of Tender

Tender Reference No: ________________________

Name of work:- Fabrication and Supply of 2400mm diameter Lantern House for Arnala Lighthouse

at Dist. Palgarh, Maharashtra and Valsad khadi Lighthouse at Dist. Valsad, Gujarat.

Dear Sir,

1. We have downloaded / obtained the tender document(s) for the above mentioned

‘Tender/work” From the web site(s) namely:

________________________________________________________________________ as per your advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I / we have read the complete tender document [including all

annexure(s), appendices, Form(s) schedule(s), drawings etc.], which shall form part of the

contract agreement and I / we shall abide hereby by the terms & conditions contained

therein.

3. The corrigendum(s)/addendum(s) issued from time to time by your department/

organization too has 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(s) in its totality / entirety.

5. In case any provisions of this tender are found violated , then your department/ organization

shall, without prejudice to any other right or remedy, be at liberty to reject this tender/bid

including the forfeiture of the full earnest money deposit.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

Page 29: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

29

Government of India

Ministry of Shipping

Directorate of Lighthouses and Lightships

‘Deep Bhavan’ M.G. Road, Ghatkopar (E) Mumbai- 400077

Phone: 022 – 25068390 Fax: 022- 25060996

E mail: [email protected]

------------------------------------------------------------------------------------------------------------------------

LIST OF SET OF DRAWING OF 2400mm DIA LANTERN HOUSE (ANNEXURE III)

1. 2400mm dia Lantern House Assemble Drawing

2. 2400mm dia Lantern House Foundation Detail Drawing

3. 2400mm dia Lantern House Assemble Drawing

4. Roof Plan (W/O Top Cover)

5. Details of Murrette

6. Details of Murrette Door

7. Details of Glazing

8. Details of Astragal and Handrail

9. Details of roof joint with Astragal

10. Details of Rafter (Brass casting)

11. Details of Top Roof

Page 30: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

30

Page 31: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

31

Page 32: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

32

Page 33: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

33

Page 34: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

34

Page 35: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

35

Page 36: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

36

Page 37: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

37

Page 38: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

38

Page 39: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

39

Page 40: Lantern arnala & valsad · Valsad khadi Lighthouse at Dist.Valsad,Gujarat. from OEM / Authorised firms / Industries with own foundry and having experience and expertise for following

40


Recommended