Ph:- 0891-28142321 INS Eksila Area Post -530012

113/QA/ROP/A0 23 May 18

To,

REQUEST FOR PROPOSAL INVITATION OF BIDS FOR PROCUREMENT OF MULTIFUNCTION WIDE FORMAT COLOUR INKJET PLOTTER FOR DRAWING & BR SECTION IN INS EKSILA

1. Bids are invited through e-procurement module in Defence Procurement Portal (URL: https://defproc.gov.in) for supply of items listed in Part II of this RFP. This RFP is being issued on Two Bid basis. The address and contact numbers for seeking clarifications regarding this RFP are given below:-

(f) Bids/queries to be addressed to: The Commanding Officer INS Eksila. (g) Name/designation of the contact personnel: Sr. Manager (QA) (h) Telephone numbers of the contact personnel: 0891-2814321 (i) E-mail ID's of contact personnel: [email protected] (j) Fax number : 0891-2516004

2. This RFP is divided into five Parts as follows:-

(f) Part I. Contains general information and instructions for the Bidders about the RFP such as the time, place of submission and Opening of tenders, validity period of tenders, etc. (g) Part II. Contains essential details of the items/services required, such as the schedule of requirements (SOR), Technical specifications, delivery period, mode of delivery and consignee details. (h) Part III. Contains standard conditions of RFP, which will form part of the contract with the successful Bidder. (i) Part IV. Contains special conditions applicable to this RFP and which will also form part of the contract with the successful Bidder. (j) Part V. Contains evaluation criteria and format for Price bid.

3. This RFP is being issued with no financial commitment and the buyer reserves the right to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFP, should it become necessary at any stage.

Part I: General Information

1. Last Date and Time for Depositing the Bids. Bids are invited through e-procurement module in Defence Procurement Portal (URL: ‘https://defproc.gov.in’) for Procurement of Multifunction Wide Format Colour Inkjet Plotter for Drawing & BR Section in INS Eksila as mentioned in RFP. The last date for uploading the Bids will be on 19 Jun 18 at 1200 hrs. This RFP is being on Two Bid basis.

2. Manner of Depositing the Bids. Bids are to be uploaded on online portal only. Late tenders will not be considered. No responsibility will be taken for non-receipt of bid documents. Bids sent by FAX or E-mail will not be considered (unless they have been specifically called for these modes due to urgency).

3. Time and Date for Opening of Bids. 20 Jun 2018 by 14:30 Hrs. (If due to any exigency, the due date for opening of the Bids is declared a closed holiday, the Bids will be opened on the next working day at the same time or on any other day/time, as intimated by the Buyer).

4. Opening of the Bids. Opening of e-bids will be undertaken by a Board of Officers as nominated by Commanding Officer, INS Eksila.

5. Two-Bid System. The case is being tendered out on ‘Two Bid System’. In the Two-bid system, only the Technical Bid would be opened on the time and date mentioned above. Date of opening of the Commercial Bid will be intimated after acceptance of the Technical Bids. Commercial Bids of only those firms will be opened, whose Technical Bids are found compliant/suitable after Technical evaluation is done by the Buyer.

6. Forwarding of Bids. Bids should be uploaded by Bidders under their original user ID inter alia furnishing details like TIN number, VAT/CST number, Bank address with EFT Account if applicable, etc and complete postal & e-mail address of their office. Bids without details to prove beyond doubt the legitimacy and registration of the firm will be rejected.

7. Clarification Regarding Contents of the RFP. A prospective bidder who requires clarification regarding the contents of the bidding documents shall notify to the Buyer in writing about the clarifications sought not later than 14 (fourteen) days prior to the date of opening of the Bids. Copies of the query and clarification by the purchaser will be uploaded on the e-portal.

8. Clarification Regarding Contents of the Bids. During evaluation and comparison of bids, the Buyer may, at its discretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing and no change in prices or substance of the bid will be sought, offered or permitted. No post-bid clarification on the initiative of the bidder will be entertained.

9. Rejection of Bids. Canvassing by the Bidder in any form, unsolicited letter and post-tender correction may invoke summary rejection with forfeiture of EMD. Conditional tenders will be rejected.

10. Validity of Bids. The Bids should remain valid till 180 days from the last date of submission of the Bids.

11. Work Completion Certificate. On completion of the work, the contractor will be required to obtain a satisfactory work completion certificate from INS Eksila and submit the same along with the bill to INS Eksila. 12. Payment Terms. Payment will be made on issuance of satisfactory work completion certificate. The bill has to be submitted along with work completion certificate to this unit for preparation of contingent bill within ten days of completion of job/ work and for forwarding the same to CDA (Navy), Visakhapatnam. Further details are covered at Para 2 of Part IV of this RFP.

13. Technical Bid Documents. Technical Bid shall comprise of the following documents: -

(a) Technical Offer giving brief background of the firm, their origins, and their technical capabilities. If the bidder has any reservations about providing supply and installation as outlined in ‘Scope Of Work’ as listed at Annexure 1, the same is to be clearly indicated in the Technical Offer.

(b) T Bid and Q Bid Matrix. Proforma of ‘T’ bid matrix and ‘Q’ bid matrix are placed at Annexure 3 and Annexure 4 respectively. In respect of two-bid system, Bidders are required to furnish clause by clause compliance of specifications bringing out clearly the deviations from specifications, if any. The Bidders are advised to submit the compliance statement in proper format along with Technical Bid. Compliance to Tender Enquiry specifications, whether Yes /No, in case of noncompliance deviation from Tender Enquiry to specified in unambiguous terms in both the “T” and “Q” bid compliance matrix. All the individual pages of T-bid and Q-bid compliance matrix are also required to be submitted along with the Bid. Failure to do so can lead to rejection of bids.

(c) Earnest Money Deposit. Bidders are required to submit Earnest Money Deposit (EMD) in favour of “The Commanding Officer, INS Eksila” for amount of Rs. 30,000 (Rupees Thirty Thousand Only) in sealed cover and send by registered post at the address given on Top so as to reach by the due date and time of opening tender i.e. by 1200 hrs on 20 Jun 18. Please super scribe the above mentioned Title, RFP number and date of opening on the sealed cover to avoid the bid being declared invalid. The EMD may be submitted in the form of an Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee from any of the public sector/nationalized banks. EMD is to remain valid for a period of forty-five days beyond the final bid validity period. EMD of the unsuccessful firms will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract. The Bid Security of the successful bidder would be returned, without any interest whatsoever, after the receipt of Performance Security from them as called for in the contract. EMD is not required to be submitted by those Firms who are registered with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC) or any Department of MoD or MoD itself. Firms would be required to upload the necessary registration certificate which is to be valid when the bid is being opened. Bids without receipt of EMD by post or without necessary registration certificates uploaded exempting the EMD will be rejected. The EMD will be forfeited if the bidder withdraws or amends impairs or derogates from the tender in any respect within the validity period of their tender.

(d) Original Bid documents duly signed on all pages by the bidder. If the bid documents are not being signed by the Proprietor / Partner, Written Power of Attorney on stamp paper of Rs 10/- in favour of person signing the tender documents from authorised signatory of the company.

(e) Copies of affidavit for sole Proprietorship/ Partnership deed/ Memorandum and article of Association along with the details pertaining to place of registration, principal place of business of the firm etc.

(f) Attested copy of PAN No. allotted by competent authority.

(g) Attested Copy of GST Registration Certificate.

(h) Documents in support of financial stability of the firm like attested copies of audited balance sheets, profit & loss account statement etc. for the last 03 financial years i.e.2015-16, 2016-17 & 2017-18.

(j) Proof of past experience as sought vide Part II Para 9(b) is to be submitted with summary sheet as given at Annexure 5.

(k) Duly completed certificate regarding services and spares support post installation is placed at Annexure 6.

Note-1 Eksila reserve the right to cross check authenticity of any of the relevant document(s)/ information directly with the issuing authority /authorities at any stage. In case of submission of fraudulent document/ suppression of information or submission/ providing wrong information by the bidder, or at any stage, if it is found that bidder has secured the contract through fraudulent means, documents, information, his bid is liable to be rejected, his performance guarantee money submitted to Eksila shall be forfeited/confiscated and further action shall be taken by Eksila as deemed fit.

Note – 2 All the pages of each supporting document for Pre-Qualification mentioned under Para 17 of Part I & 10(b) & (c) of Part II of this document as well as bid documents, submitted by the bidder shall be signed & stamped (attested) by bidder in original.

14. Price Bid. Price bid shall be strictly as per the Price Bid format given at Part V to this document and should be uploaded in the format of BOQ.xls file uploaded along with the Tender. All taxes are to be quoted separately as per format of Price Bid. It is the liability of the Contractor to pay all statutory taxes to State / Central Governments and Eksila will have no liability whatsoever on any account to pay any taxes, levies, duties etc. levied by Central / State Govt. pertaining to execution of the work. The bidder/s shall be called for Price Negotiations, if deemed necessary, and would need to submit an analysis of rates if called upon to do so.

15. Contact Person. Telephone/Cell/FAX numbers are to be clearly endorsed in the application along with the particulars of the Proprietor and Authorised Person to be contacted for official correspondence.

16. The Commanding Officer INS Eksila shall have the right to accept or reject tender bids without assigning any reason.

Station:______Signature of Tenderer(s)______Date: ______Name & Address in full and Capacity (i.e., Proprietor/Partner/Authorised Attorney etc.)

(RUBBER STAMP)

Part II: Essential Details of Items/Services required

1. Schedule of Requirements. List of items/ services required is as follows:-

SL Description Qty Deno No. (a) Procurement, installation and commissioning of Multifunction Wide Format Colour Inkjet Plotter with Standard accessories at INS Eksila as listed in the Scope of Supply at Annexure I 01 Set to RFP.

2. Technical Details. Placed as Annexure I.

3. Two-Bid System. In respect of Two-bid system, Bidders are required to furnish clause by clause compliance of specifications bringing out clearly the deviations from specification, if any. The Bidders are advised to submit the compliance statement in the following format along with Technical Bid-

Para of RFP Specification Compliance to In case of noncompliance, specifications item- of item offered RFP specification deviation from RFP to be wise - whether Yes /No specified in unambiguous terms

4. Delivery Period. Delivery, installation, commissioning and acceptance trials should be completed within 180 days from the effective date of contract. Please note that Contract can be cancelled unilaterally by the Buyer in case items are not received within the contracted delivery period. Extension of contracted delivery period will be at the sole discretion of the Buyer, with applicability of LD clause.

5. INCOTERMS for Delivery and Transportation. FOB (Free on board). The definition of delivery period for the RFP will be Digital Micro Vickers Hardness Testing Machine

6. Consignee Details. INS Eksila, Visakhapatnam 530012

7. Modalities of Contract – Supplies. The Procurement Contract consists Supply Component which entail undertake supply of the equipment inclusive of accessories, testing, commissioning, 02 years operational & maintenance spares, accessories, technical literature, transportation to site of work and training for INS Eksila reps as outlined in SoS given at Annexure 1. L1 will be decided based on the lowest price quoted which satisfies all the conditions of RFP.

8. Schedule of Requirements / Scope of supply. List of Supply and Technical Specifications required is placed at the Schedule of Requirement (SOR) / Scope of Supply (SoS) placed at Annexure 1 of this RFP. Agreement to complete SOR/SoS in all respect is mandatory. Failure to agree to this clause can lead to rejection of bids.

9. Mandatory Requirement for the Firm. All the information requested for pre-qualification shall be provided by the bidding firm. Failure to provide information, which is essential to evaluate the bidder’s qualification, or to provide timely clarification or substantiation of the information, supplied may result in disqualification of the bidder. Pre-qualification will be based on meeting all the following minimum criteria regarding the bidder’s general and special experience, personnel, equipment and financial capabilities, as demonstrated by the bidder’s responses in the forms attached: -

Technical Parameters Past Experience. (a) The firm should be an established Indian Firm who should have been in existence for at least three years and have adequate experience in supply and commissioning of similar equipment. (b) The firm should be manufacturer of the equipment or should be an authorised dealer for the manufacturer. Copy of Proprietary Authorisation Certificate or dealership letter given by the manufacturer should be enclosed. (c) The firm should have experience in supply of supply of Multifunction Wide Format Colour Inkjet Plotter and should furnish proof of having carried out similar works with any State Government / Central Government / Public sector organizations / Statutory Government bodies / Government Aided institutions within or Any reputed firms in the past (Both Supply orders and Work completion certificates) Failure to agree to this clause can lead to rejection of bids. {Format for furnishing work experience is placed at Annexure 5}.

(d) The firm should have the experience of having successfully completed such supplies during the last 07 years amounting to following: -

(i) Three similar completed supplies each of minimum value of 5,20,000.00 (Rupees Five Lakhs Twenty Thousand Only) Or (ii) Two similar completed supplies each of minimum value of Rs. 8,50,000.00 (Rupees Eight Lakhs Fifty Thousand Only) Or (iii) One similar completed supply of minimum value of 15,40,000.00(Rupees Fifteen Lakhs Forty Thousand Only)

(e) In case of authorised dealers quoting for the tender, Work orders of both the authorised dealer and the original OEM will be admissible.

(f) The Firm should have authorised service centre within the State of / Telangana. A proof of address towards the same should be enclosed.

(g) The firm should not have been blacklisted by any of the state or central government organization. Undertaking letter stating that the Tender was not blacklisted by any State Government / Central Government / Public sector organizations / Statutory Government bodies shall be submitted.

(h) The firm while submitting Supply Orders from private firms should provide adequate documentary proof like Company Profile, IT Returns and Registration details to establish beyond doubt the legitimacy of the firm to which the items have been supplied. In the absence of these documents, Indian Navy reserves unilateral right to decide on acceptance of Supply Orders submitted from non reputed private firms.

Financial Parameters

(j) Annual Turn Over. The firm should have been an established firm for more than three years and should have an annual turnover of atleast Rs. 6,90,000.00 (Rupees Six Lakhs Ninety Thousand Only) annually over the last three years. The firms are required to submit Balance sheets and Income Tax details for the last three years. Notes :- (i) The financial turnover will be taken as given under the head “Income” in audited Profit and Loss Account and excluding non-recurring income, income from other sources and stock. It is clarified that the Financial Turnover means relevant revenue as recorded in the income side of Profit and Loss Account. It does not mean Profit. (ii) Closing stocks in whatsoever manner should not form part of turnover. (iii) The bidder should furnish Annual Financial Turnover for each of the last 3 financial years in tabular form and give reference of the document (with page no.) relied upon in support of meeting the Qualification Criteria. (iv) The tenderer should submit self attested copy of Auditor’s Report along with Balance Sheet and Profit and Loss Statement along with Schedules for the relevant financial year in which the minimum criterion is met. Provisional audit reports or certified statements will not be accepted. (v) If the Audited Balance Sheet for the immediately preceding year is not available in case of tender opened before 30th Sept., audited Balance Sheets, Profit and Loss Statements and other financial statements of the three financial years immediately preceding the previous year may be adopted for evaluating the credentials of the Bidder. (k) Profitability. The Bidder should be a Profit (Net) making firm and should have made profit during any two of the past 03 Financial Years immediately preceding the dead line for submission of bids. If the Audited Balance Sheet for the immediately preceding year is not available in case of tenders opened before 30th September, Audited Balance Sheet of the three Financial Years immediately preceding the previous Financial Year shall be considered. (g) EMD Amount. EMD as mentioned in RFP is to be deposited along with 'T' bids

(h) PBG/Security Deposit Amount : The successful vendor is required to submit minimum 10% amount of the total contract value as PBG.

10. Disqualification on Certain Grounds. Even though the bidders meet the above qualifying criteria, they are subject to disqualification if they have: -

(a) Made misleading or false representation in the forms, statements and attachments in proof of the qualification requirements .In such a case besides Tenderer’s is liable to face the penalty of banning of business dealing with him by Eksila.

(b) Falsify Records of any contract awarded to them, having been determined during the past three years prior to the deadline for submission of bids.

(c) Their business banned or suspended by any Central/State Govt. Department/ Public Sector Undertakings or Enterprises of Central/ State Govt and such ban is in force.

(d) Not submitted all the supporting documents or not furnished the relevant details as per the prescribed format.

11. Cost of Material. For undertaking the work, in case the contractor damages any of the fittings like paneling , frames, angles, pipelines or any other item/equipment falling in way of the repairs/fitment/replacement of spares ,items, machineries or equipments etc, the contractor must replace the same at no cost. Also in case of Contract, whenever the work involves de-gutting, putting down of structures generating debris, etc that results in waste material, lifting and disposal of such waste material would be the responsibility of the contractor. The work as per contract would be deemed to be completed only after removal of the debris / waste material. Non removal of waste would be deemed as breach of contract and could result in cancellation of contract. 12. Installation & Commissioning Completion Certificate and User Acceptance & Inspection Note. On completion of the work, the contractor will be required to submit Installation & Commissioning Completion Certificate and report. He is also to obtain User Acceptance & Inspection Note and submit the same along with the bill to INS Eksila. 13. Payment Terms. Payment will be made as per the work / routines covered in the Scope of work placed at Annexure I. Further details are covered at Para 2 of Part IV of this RFP.

14. The contractors are advised to seek all clarifications regarding the Scope of Work/Technical details and Scope of Supply from the tendering authority prior to submission of tenders. The contractors should correctly understand the complete Scope of Work / Technical details and Scope of Supply in detail and if required can take permission from the Tendering authority to visit the premises to understand the nature of job /work prior to submission of their Technical bid. 15. No request for postponement of date of tender opening will be entertained.

Station:______Signature of Tenderer(s)______Date: ______Name & Address in full and Capacity (i.e., Proprietor/Partner/Authorised Attorney etc.)

(RUBBER STAMP) Part III – Standard Conditions of Tender Enquiry

The Bidder is required to give confirmation of their acceptance of the Standard Conditions of the Tender Enquiry mentioned below including the Additional Standard Conditions placed at Annexure 2, which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by INS Eksila. Failure to do so may result in rejection of the Bid submitted by the Bidder.

1. Operation of Contract.

(a) The powers and functions of the CUSTOMER under this Contract shall be exercised by The Commanding Officer, INS Eksila, Visakhapatnam. Execution of the contract on behalf of Commanding officer, INS Eksila will be undertaken by Sr. Manager, Quality Assurance.

(b) The Contract concluded by this order will be valid for a period of six months. Failure to agree to this clause can lead to rejection of bids. The effective date of Contract will be the date when the Contract drawn out of the various clauses stipulated in this RFP will be signed by authorised signatories from INS Eksila and the successful bidder.

(c) Contractor shall commence the work as per date specified in the Letter of award which will be the effective date of start of one year contract period. If the Contractor commits default in commencing the execution of the work as per issuance of written orders to commence the work, INS Eksila shall, without prejudice to any other right or remedy available in law, be at liberty to forfeit the earnest money.

(c) The successful bidder must familiarise fully with the equipment & systems in the facility (at no extra cost to Eksila) before commencing the supply and installation contract. Defects & deficiencies, if any, shall be jointly recorded and necessary action shall be taken by Eksila to make good all deficiencies.

2. Law. The Contract shall be considered and made in accordance with the laws of the Republic of India. The contract shall be governed by and interpreted in accordance with the laws of the Republic of India.

3. Effective Date of the Contract. The contract shall come into effect from the effective date agreed in the contract by both the parties and shall remain valid until the completion of the obligations of the parties under the contract. The deliveries and supplies and performance of the services shall commence from this effective date of the contract. Failure to agree to this clause can lead to rejection of bids.

4. Arbitration. All disputes or differences arising out of or in connection with the Contract shall be settled by bilateral discussions. Any dispute, disagreement or question arising out of or relating to the Contract or relating to construction or performance, which cannot be settled amicably, may be resolved through arbitration. The standard clause of arbitration is as per DPM-9 (Available in MoD website and can be provided on request).

5. Penalty for use of Undue influence. The Contractor undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of INS Eksila or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the Government of India for showing or forbearing to show favour or disfavour to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the aforesaid undertaking by the Contractor or any one employed by him or acting on his behalf (whether with or without the knowledge of the Seller) or the commission of any offers by the Contractor or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall entitle INS Eksila to cancel the contract and all or any other contracts with the Contractor and recover from the Contractor the amount of any loss arising from such cancellation. A decision of INS Eksila or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the Seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Seller towards any officer/employee of INS Eksila or to any other person in a position to influence any officer/employee of INS Eksila for showing any favour in relation to this or any other contract, shall render the Seller to such liability/ penalty as INS Eksila may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by INS Eksila.

6. Agents / Agency Commission. The Contractor confirms and declares to INS Eksila that the Contractor is the original provider of the supply and commissioning referred to in this Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the Contractor; nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation or Recommendation. The Seller agrees that if it is established at any time to the satisfaction of INS Eksila that the present declaration is in any way incorrect or if at a later stage it is discovered by INS Eksila that the Seller has engaged any such individual/firm, and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such person, party, firm or institution, whether before or after the signing of this contract, the Contractor will be liable to refund that amount to the INS Eksila. The Contractor will also be debarred from entering into any supply Contract with the Government of India for a minimum period of five years. INS Eksila will also have a right to consider cancellation of the Contract either wholly or in part, without any entitlement or compensation to the Seller who shall in such an event be liable to refund all payments made by INS Eksila in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. INS Eksila will also have the right to recover any such amount from any contracts concluded earlier with the Government of India.

7. Access to Books of Accounts. In case it is found to the satisfaction of INS Eksila that the Contractor has engaged an agent or paid commission or influenced any person to obtain the contract as described in clauses relating to agents / agency commission and penalty for use of undue influence, the Seller, on a specific request of INS Eksila, shall provide necessary information / inspection of the relevant financial documents/information.

8. Non-disclosure of Contract documents. Except with the written consent of INS Eksila / Contractor, other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party. 9. Liquidated Damages. In case the services are not rendered as per the Scope Of Work or spares are not supplied within stipulated times leading to an equipment / system being not available to the user beyond reasonable time as agreed by both parties post initial defect investigation, INS Eksila may, at their discretion, withhold payment until all items are repaired. INS Eksila may also deduct from the CONTRACTOR as agreed, liquidated damages to the sum of 0.5% of the contract price for one quarter for every week of delay or part of a week, subject to the maximum value of the Liquidated Damages being not higher than 10% of the value of delayed stores/services. In case of further delay in supply beyond 20 weeks the contracting agency reserves the right to take unilateral action for cancellation of contract and for risk purchase at the cost of the contractor. Failure to agree to this clause can lead to rejection of bids.

10. Termination of Contract. INS Eksila shall have the right to terminate this Contract in part or in full at any stage under following circumstances:- (a) The contractor / firm is to ensure payment / wages given to its labour/workers employed in due course of the contract as per the Minimum wages Act 1948, and proof of these payments are to be submitted to the concerned authorities.

(b) The delivery of the services/material is delayed for causes not attributable to Force Majeure for more than (Three months) after the scheduled date of delivery.

(c) The Contractor is declared bankrupt or becomes insolvent or if ownership of the company becomes a disputed issue and the matter is taken to the court of law.

(d) INS Eksila has noticed that the Contractor has utilised the services of any Indian/Foreign agent in getting this contract and paid any commission to such individual/company etc.

(e) As per decision of the Arbitration Tribunal.

(f) The contractor insists on a change in the contracted price.

(g) The contractors, employees or contract labour engages in any illegal or unlawful activity while engaged in the performance of this contract. ( h ) In case of suboptimal performance by the contractor, the customer shall issue a show cause notice to the contractor. The contractor is bound to respond to the notice within 10 days time failing which second show cause notice will be served. In case of continued unsatisfactory performance of the firm, second show cause notice will be served on the firm. In the event of continued inaction by the contractor post issue of a third and final show cause notice, the customer has the right to terminate the contract immediately. (j) The Buyer reserves its right to terminate the maintenance contract at any time without assigning any reason after giving a notice of 3 months. The Contractor will not be entitled to claim any compensation against such termination. However, while terminating the contract, if any payment is due to the Contractor for maintenance services already performed in terms of the contract, the same would be paid to it as per the contract terms.

(k) In case of short closure, the notice will be sent to the contractor and if the contractor fails to respond within 15 days of the acknowledgement, a second notice would be sent. Further if the contractor fails to respond within 15 days of the second acknowledgement it will be counted as acceptance of the short closure and the contract would be short closed. 11. Notices. Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by FAX or registered pre-paid mail/airmail, addressed to the last known address of the party to whom it is sent.

12. Inspection Authority. The mode of inspection will be departmental inspection/User Inspection/Joint Inspection. User Acceptance and Inspection Note will be issued by INS Eksila on completion of the work. Failure to agree to this clause can lead to rejection of bids.

13. Quality Assurance. Quality of work is paramount. Best prevailing shipbuilding/ marine industry practices should be followed throughout the Contract. Contractor will only deploy qualified/experienced manpower to ensure quality, planning and managerial function. The Quality Assurance department, INS Eksila or a representative nominated by this unit will certify completion of work as per the requirements indicated in the scope of work (Annexure 1).

14. Transfer and Sub-letting. The Contractor has no right to give, bargain, sell, assign or sublet or otherwise dispose of the contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the present contract or any part thereof, without prior intimation and written consent of INS Eksila.

15. Patents and other Industrial Property Rights. The prices stated in the present Contract shall be deemed to include all amounts payable for the use of patents, copyrights, registered charges, trademarks and payments for any other industrial property rights. The Contractor shall indemnify INS Eksila against all claims from a third party at any time on account of the infringement of any or all the rights mentioned in the previous paragraphs, whether such claims arise in respect of manufacture or use. The Contractor shall be responsible for the completion of the supplies including spares, tools, technical literature and training aggregates irrespective of the fact of infringement of the supplies, irrespective of the fact of infringement of any or all the rights mentioned above.

16. Amendments. No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in part except by an instrument in writing made after the date of this Contract and signed on behalf of both the parties and which expressly states to amend the present Contract.

17. Warranty. The Supplier must provide Warranty of one year from date of commissioning of equipment against all defects that might occur during the warranty period. Defective components are to be replaced free of cost during the warranty period. Date of commissioning will refer to the date on which first successful defect free demonstration of the machine is offered to the user.

18. Taxes and Duties.

(i) General (in respect of indigenous bidders).

(a) Bidders must indicate separately the relevant Taxes/Duties likely to be paid in connection with delivery of completed goods specified in RFP. In absence of this, the total cost quoted by them in their bids will be taken into account in the ranking of bids. (b) If a bidder is exempted from payment of any duty/tax up to any value of supplies from them he should clearly state that no such duty/tax will be charged by them up to the limit of exemption which they may have. If any concession is available in regard to rate/quantum of any Duty/tax, it should be brought out clearly. In such cases, relevant certificate will be issued by the Buyer later to enable the Seller to obtain exemptions from taxation authorities. (c) Any changes in levies, taxes and duties levied by Central/State/Local governments such as excise duty, VAT, Service Tax, Octroi/entry tax, etc on final product upward as a result of any statutory variation taking place within contract period shall be allowed reimbursement by the Buyer, to the extent of actual quantum of such duty/tax paid by the Seller. Similarly, in case of downward revision in any such duty/tax, the actual quantum of reduction of such duty/tax shall be reimbursed to the Buyer by the Seller. All such adjustments shall include all reliefs, exemptions, rebates, concession etc. if any, obtained by the Seller. Section 64-A of Sales of Goods Act will be relevant in this situation.

(d) In case of extension of Delivery Period any increase in taxes, duties, levies etc will not be paid to the seller. In case of decrease the difference to be passed on to the buyer. (ii) Customs Duty. (a) Customs duty as actually paid will be reimbursed on production of necessary documents i.e. (i) Triplicate copy of the bill of entry; (ii) copy of bill of lading; (iii) a copy of foreign principal’s invoice. However, if the Bidder imports the stores in question against his own commercial quota Import Licences, he will also be required to submit in addition the triplicate copy of bills of entry etc. a certificate from his Internal Auditor on the bill itself, to the effect that the following items/quantity in the bill of entry related to the stores imported against Defence Buyer contract number…………………………….. dated…………… (b) Subsequent to the reimbursement of customs duty, the Bidder will submit to the concerned Payment Authority a certificate to the effect that he has not obtained any refund of customs duty subsequent to the payment of duty to the Customs authority by him. In addition, he shall also submit to the Paying Authority concerned a certificate immediately after a period of three months from the date of payment of the duty to customs authorities to the effect that he has not applied for refund of the customs duty subsequent to the payment of duty to the customs authorities by him. (c) In case the Bidder obtains any refund of customs duty, subsequently to the payment of the same by him to the customs authorities and reimbursement of the customs duty to him by the Payment Authority, he should forthwith furnish the details of the refund obtained and afford full credit of the same to the Buyer. (iii) Goods and Services Tax (GST). (a) GST will be paid to the seller at the applicable based on description, HSN / SAC code and the relevant schedule of CGST Act. (b) In pursuance with Section 171 (1) of CGST Act, an undertaking is to be effected by the seller declaring that "Any reduction in rate of tax on any supply of goods or services or the benefit of input tax credit(ITC) shall be passed on to the recipient by way of commensurate reduction in prices". Further, in case it is detected by the government that any ITC has accrued to the seller as a result of migrating to GST, after receiving the consideration/reimbursement for his supplies, the seller is mandated to refund the same accordingly to the paying Authority, giving details and particulars of the transactions. (c) Unless otherwise specifically agreed to in items of the contract, the Byer shall not be liable for any claim on account of fresh imposition and/or increase of GST on raw material and/or components used directly in the manufacture of the contract stores taking place during the pendency of the contract. 19. Apart from agreeing to the above standard terms and conditions mentioned at Part III, the Firm shall be required to accept our Additional standard Conditions of RFP placed at Annexure 2. These however may undergo certain modifications and the standard clauses regarding agents/agency commission, penalty for use of undue influence, access to books of accounts, arbitration and laws would be accordingly incorporated prior award of the contract.

Station:______Signature of Tenderer(s)______Date: ______Name & Address in full and Capacity (i.e., Proprietor/Partner/Authorised Attorney etc.)

(RUBBER STAMP) Part IV – Special Conditions of Tender Enquiry

The Bidder is required to give confirmation of their acceptance of Special Conditions of the Tender Enquiry mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Contractor in the Contract) as selected by the Buyer. Failure to do so may result in rejection of Bid submitted by the Bidder.

1. Performance Guarantee. The Bidder will be required to furnish a Performance Security by way of Bank Guarantee in favour of ‘The President of India, Ministry of Defence, New Delhi’ through a public sector bank or a private sector bank authorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank Ltd.) for a sum equal to 10% of the contract value within 30 days of receipt of the confirmed order. Performance Security should be valid up to 60 days beyond the date of warranty. The specimen of PBG is given in Form DPM-15 (Available in MoD website and can be provided on request). Failure to agree to this clause can lead to rejection of bids.

2. Payment Terms

2.1 It will be mandatory for the Bidders to indicate their bank account numbers and other relevant e-payment details so that payments could be made through ECS/EFT mechanism instead of payment through cheques, wherever feasible. A copy of the model mandate form prescribed by RBI to be submitted by Bidders for receiving payments through ECS is at Form DPM-11 (Available in MoD website and can be given on request). The payment will be made as per the following terms, on production of the requisite documents.

2.2 100 % payment will be made on completion of commissioning trials through CDA Navy. Failure to agree to this condition can lead to rejection of bids.

2.3 Paying Authority/ Documents required for Payment. The payment of bills will be made on submission of the following documents by the Seller to the Paying Authority (CDA Navy) along with the bill: -

(a) Ink-signed copy of contingent bill / Seller’s bill. (b) Ink-signed copy of Commercial invoice / Seller’s bill. (c) Copy of Supply Order/Contract (d) U.O. number and date of IFA’s concurrence, where required under delegation of powers. (e) CRVs in duplicate (f) User Acceptance and Inspection note signed by INS Eksila (g) Claim for statutory and other levies to be supported with requisite documents / proof of payment such as Excise duty challan, Customs duty clearance certificate, Octroi receipt, proof of payment for EPF/ESIC contribution with nominal roll of beneficiaries, etc as applicable. (h) Bank guarantee for advance, if any. (j) Guarantee / Warranty certificate (k) Performance Bank Guarantee / Indemnity bond where applicable. (l) DP extension letter with CFA’s sanction, U.O. number and date of IFA’s concurrence, where required under delegation of powers, indicating whether extension is with or without LD. (m) Details for electronic payment viz Account holder’s name, Bank name, Branch name and address, Account type, Account number, IFSC code, MICR code (if these details are not incorporated in supply order/contract). (n) Any other document / certificate that may be provided in the Supply Order.

2.4 Advance Payments. No advance payment(s) will be made.

3. D i s c l a i m e r ( a ) Tenders sent by FAX will not be accepted.

(b ) To avoid any complications with regard to Late Receipt/Non Receipt of p r o p o s a l s , it may please be noted that responsibility rests with the firm to ensure that replies to RFP reach before due date. Late quotes will be rejected outright. FALL CLAUSE 4. The Bidder is to make an undertaking that he is not providing similar supply at a price lower than that offered in the present bid in respect of any other Ministry/Department of the Government of India and if it is found at any stage that the similar supplies are being undertaken by the Bidder to any other Ministry/Department of the Government of India at a lower price, then that very price, with due allowance for elapsed time, will be applicable to the present case and the difference in the cost would be refunded by the Bidder to the Buyer, if the contract has already been concluded. The Bidder shall strive to accord the most favoured customer treatment to the Buyer in respect of all matters pertaining to the present case. RISK & EXPENSE CLAUSE

5. Following are the conditions under Risk and Expense clause: -

(a) Should the stores or any installment thereof not be delivered within the time or times specified in the contract documents, or if defective delivery is made in respect of the stores or any installment thereof, the Buyer shall after granting the Contractor 45 days to cure the breach, be at liberty, without prejudice to the right to recover liquidated damages as a remedy for breach of contract, to declare the contract as cancelled either wholly or to the extent of such default.

(b) Should the stores or any installment thereof not perform in accordance with the specifications / parameters provided by the Contractor during the check proof tests to be done in the BUYER’s country, the BUYER shall be at liberty, without prejudice to any other remedies for breach of contract, to cancel the contract wholly or to the extent of such default.

(c) In case of a material breach that was not remedied within 45 days, the BUYER shall, having given the right of first refusal to the Contractor be at liberty to purchase, manufacture, or procure from any other source as he thinks fit, other stores of the same or similar description to make good:-

(i) Such default. (ii) In the event of the contract being wholly determined the balance of the stores remaining to be delivered there under.

(d) Any excess of the purchase price, cost of manufacturer, or value of any stores procured from any other supplier as the case may be, over the contract price appropriate to such default or balance shall be recoverable from the Contractor.

FORCE MAJEURE CLAUSE

6. Following are the conditions under Force Majeure clause:-

(a) Neither party shall bear responsibility for the complete or partial nonperformance of any of its obligations (except for failure to pay any sum which has become due on account of receipt of goods under the provisions of the present contract), if the non-performance results from such Force Majeure circumstances as Flood, Fire, Earth Quake and other acts of God as well as War, Military operation, blockade, Acts or Actions of State Authorities or any other circumstances beyond the parties control that have arisen after the conclusion of the present contract.

(b) In such circumstances the time stipulated for the performance of an obligation under the present contract is extended correspondingly for the period of time of action of these circumstances and their consequences.

(c) The party for which it becomes impossible to meet obligations under this contract due to Force Majeure conditions, is to notify in written form the other party of the beginning and cessation of the above circumstances immediately, but in any case not later than 10 (Ten) days from the moment of their beginning.

(d) Certificate of a Chamber of Commerce (Commerce and Industry) or other competent authority or organisation of the respective country shall be a sufficient proof of commencement and cessation of the above circumstances.

(e) If the impossibility of complete or partial performance of an obligation lasts for more than 6 (six) months, either party hereto reserves the right to terminate the contract totally or partially upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate without any liability other than reimbursement on the terms provided in the agreement for the goods received.

Station:______Signature of Tenderer(s)______Date: ______Name & Address in full and Capacity (i.e., Proprietor/Partner/Authorised Attorney etc.)

(RUBBER STAMP)

Part V – Evaluation Criteria & Price Bid issues

1. Evaluation Criteria. The broad guidelines for evaluation of Bids will be as follows:-

(a) Only those Bids will be evaluated which are found to be complete in all respects and fulfilling all the eligibility and qualifying requirements of the Tender Enquiry, both technically and commercially.

(b) In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated by the Buyer with reference to the technical characteristics of the equipment as mentioned in the Tender Enquiry. The compliance of Technical Bids would be determined on the basis of the parameters specified in the Tender Enquiry. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation.

(c) The competent financial authority reserves the right to accept or reject any or all tenders without assigning any reason to the bidder.

(d) The Lowest Bid will be decided upon the lowest price quoted by the particular Bidder as per the Price Format given at Para 2 below. The L-1 bidder will be determined by excluding levies, taxes and duties levied by Central/State/Local Governments on final product, as quoted by Bidders. In case no amount is filled for a particular item, highest amount quoted from amongst other bidders for that item will be loaded.

(e) The taxes applicable are to be indicated separately. Bids submitted without mentioning taxes separately would be summarily rejected. If NIL taxes are mentioned the relevant notification/ exemption certificate should be indicated.

(f) Seller has to submit a Copy of registration certificate under GST along with the bids. in case the firm is unregistered under GST the same has to be communicated by the seller in their letterhead

(g) The Lowest Acceptable Bid will be considered further for placement of contract / Supply Order after complete clarification and price negotiations as decided by the Buyer. The Buyer will have the right to award contracts to different Bidders for being lowest in particular items. The Buyer also reserves the right to do Apportionment of Quantity, if it is convinced that Lowest Bidder is not in a position to supply full quantity in stipulated time.

2. Price Bid Format. The Price Bid Format is given at Annexure 7 and Bidders are required to fill this up correctly with full details. Price bids not submitted as per the format are liable to be rejected.

Station:______Signature of Tenderer(s)______Date: ______Name & Address in full and Capacity (i.e., Proprietor/Partner/Authorised Attorney etc.) (RUBBER STAMP)

Annexure I to RFP (Refers to Part I Para 13 & Part II Para 8)

SCOPE OF SUPPLY (SoS) AND TECHNICAL SPECIFICATIONS

1. Scope of Supply. The Multifunction Wide Format Colour Inkjet Plotter for the re- production, documentation and preservation activities of GT/GTG components is to be supplied as per the given Scope of Supply/Requirement and Technical Specifications.

2. Technical Specifications.

SL. FEATURES SCANNER PLOTTER NO. (a) Configuration Integrated Type Unit (b) Type Color and Mono Scanner Color and Mono Printer Color Space : RAW RGB/sRGB Pigment lnks; LUCIA EX; (c) Type of Color Data Capture : 48-bit / 16-bit 6colors: BK/ MBK/C/M/Y/R Scan Accuracy : +/- 0.1%, +/-1 Print Line Accuracy: +/- 0.1% (d) Accuracy pixel Scan/ Print / 42 Inches (A0 to A4 scan 44 Inches (A0 to A4 print and (e) Width functionality) plot functionality) 44 Inches 44 Inches (f) Media Size Max Media Thickness:2mm Media Thickness:0.07-0.8mm Non-abrasive paper, Vellum, All types of Bond, Coated, Mylar,Sepia,Blueprints,Film, Tracking Paper, Film, (g) Media Type Plastic laminate & other industry Photographic Paper, Backlit, standard type self-adhesive & other industry standard type Optical Resolution: 1200x1200 2400x1200 dpi (Maximum) (h) Resolution dpi 24-bit Color : 6.0 inches/second 1min 42sec / A0 Operational @ 200dpi (j) Speed Mono : 13 inches/second @ 200dpi Interface USB 3.0- Super Speed USB 2.0 Hi- Speed 10 BASE- (k) (Connectivity) TX, 100 BASE-TX Controller Memory 6GB, CPU 3GHz, HDD 1 TB, Windows based with (l) Processor Original OS, 15 inch display Type of Scan, Copy, Print & E-mail for Remote Management Facilities, (m) Operations 1-999 Copies Windows XP, Windows Vista, Windows 7, Windows 8, Windows (n) Host Platform 10 (32-bit and 64-bit architectures) Operational SCAN/COPY/PRINT/EMAIL software drivers included (p) Software 100 to 240 VAC, 50/60 Hz 100 to 240 VAC, 50/60 Hz Power (q) Scan: <53 watts; Print: <140 watts; Requirement Standby:<5watts Standby:<5watts TIFF,JPEG,PDF and all other HPGL/2 support,HP-RTL, (r) File Formats standard formats PDF,TIFF, JPEG, GARO Operating 15°-35° Centigrade,45%-75% (s) Conditions Relative Humidity Rat/ Rodent Optional (t) Proof 3. Standard Accessories.

Paper Supplying 2 Roll Model & Manual Feed (a) 01 Set. System Software updates containing Bug fixes and (b) Client Software improvements shall be available through the 01 Set Drivers and Downloads. (i) Software to import scanned data stored in the Network Scanner (c) folders. 01 Set Utility (ii) Supported OS (d) Scan to Remote Print Required 01 Set Colour Scan Users adjustable density level of each colour (e) 01 Set adjustment Stabilizer for Equipment of 3 KVA Capacity and (f) Stabiliser: 01 Set Make like ‘Consul’ or “NEPL’ Refill for ink tank - (g) 02 Sets colour and black UPS for HMI with 15 minute backup. (h) UPS 01set

4. Safety.

(a) Compliance with International Safety Standards and Codes of IEC 60062, 61508 and 61511 and Energy Star requirement to save the power & Environment.

(b) Low Voltage Controls for Operator Safety.

(c) ‘Ready’ light to notify the operator the unit is set to run.

5. Other Requirements.

(a) Spares Lists. List of essential spares & consumables for trouble free operation of the machine for two years are to be provided. Firm is also to indicate costing of these spares along with the list. This however, will not be used for determining L1.

(b) Complete CPIL/PIL to be provided.

6. Annual Maintenance Contract. Firms are to furnish willingness to undertake AMC on completion of Warranty Period. A certificate should be furnished to this effect. Technical & Commercial offers for undertaking Annual Maintenance Contract are to be submitted along with Technical Bids with list of spares which are within the scope of the AMC. AMC cost is to be indicated by the firm . However, the cost of AMC will not be considered for determining L1. These are to be submitted along with the T Bids.

7. Warranty Period. Machine supplied should have minimum one year warranty period and any defects occurs like faulty operation/beak down or damage of any spares during warranty period should be repaired/replaced with free of cost

8. Scope of Work. The scope of work includes the following:-

Ser Section Description of Work (a) Supply, installation and commissioning of Multifunction Wide Format Colour Inkjet Plotter with standard accessories. Safe Packing, Unpacking, Mechanical / Transportation, Installation and Commissioning, 1. Installation Successful Trials and Training of QA Dept Reps. It should accompany the Original Packing List. (b) During installation, plotting and printing from A0 to A4 size papers is to be demonstrated. Electrical / (a) Emergency cut-off switches facility to avoid accident. 2. Installation / (b) Wiring and installation of UPS and stabiliser. Provisioning (c) Complete CPIL/PIL shall be provided. (a) Operating procedure and sequence of operation shall be simple and easy to handle by the operator. 3 Operation (b) Operating the equipment during the time of installation and service (Free and Break-down) visits shall be carried out under the supervision of Service Engineer only. (a) Firm shall be ready to respond to rectify the problem related to the equipment on demand. (b) Firm is to submit details of items required for 4 Services operation and maintenance of the system for 02 years. All items are to be listed and quantities to be specified with costs. (a) Low Voltage Controls for Operator Safety. (b) ‘Ready’ light to notify the operator the unit is set to run. 5 Safety (c) Compliance with International Safety Standards and Codes of IEC 60062, 61508 and 61511 and Energy Star requirements to save the power & Environment. (a) Training of QA Dept Reps on Machine for its operation Training / and working knowledge. 6 Documentation (b) Supply of Installation, Operation and Maintenance Documents.

Annexure 2 to RFP Refer to Part III ADDITIONAL STANDARD TERMS AND CONDITION OF RFP

1. General. The contractor's workmen or employees shall under no circumstances be deemed to be in our employment and the Contractor should hold himself fully responsible for any claim or claims which they or their heirs/dependents or personnel, representatives may have to make for damages or compensation for anything done or omitted to be done in the course of carrying out the work whether arising in Company's premises or elsewhere. The Contractor shall indemnify the Company against all and any such claims if made against us and all costs (as between attorney & client) of proceedings, suits or actions which may incur or sustain in respect of the same.

2. Safety. INS Eksila authorities shall not be responsible for any injury/casualty or loss of life that may take place during the course of contracted work/service and any compensation or expenditure towards treatment for such injury/casualty shall be the sole responsibility of the CONTRACTOR. The Contractor/Vendor is to ensure adequate safeguards for personnel when employed on work where risk to human health/injury is involved. The contractor / vendor is to comply with the following conditions regarding ‘Labour Welfare and Safety’:-

(a) The contractor is to ensure that the workers are adequately equipped with safety gear/equipment that is necessitated by the nature of the work involved.

(b) It is to be ensured that labourers employed on work on a high structure, where risk of accident exists, are secured to a strong point with a long rope acting as safety belt / life line. Where no suitable strong points exist, one may be specifically constructed / fabricated prior to commencement of work.

(c) Labourers above 50 years of age are not to be employed by contractor.

(d) Contractor is to be fully conversant with the procedure for timely administration of First Aid in case of accidents. He is also to be aware of hospitals / medical units close to the work site, and take immediate action in case of any accident.

(e) Naval authorities are to be informed by the contractor immediately in the eventuality of any accident taking place.

(f) Compensation to the family on account of injury of any labourer employed by the contractor / vendor will be the sole liability of the contractor / vendor.

(g) The contractor shall ensure that the labour employed by the contractor abides by all security regulations imposed by the Naval Unit and does not in any manner compromise security of naval property / area.

3. Incomplete Works. CONTRACTOR and Customer shall mutually cost incomplete work. Cost of incomplete work shall be withheld at the time of making payments due at the delivery except where such work is incomplete due to no fault of the CONTRACTOR. Payment thus withheld will be made upon completion of such work, which should, in any case be completed within mutually agreed time frame. If such work is still incomplete the cost of the same shall be deducted without making any payment being due to the CONTRACTOR.

4. Workmanship. All workmanship shall confirm to with laid down standards in the scope of work. (The work done shall be inspected by the inspection authority as nominated by INS Eksila. The CONTRACTOR shall be responsible for any loss /damage during the course of work to machinery, equipment, fittings, wiring, piping, and systems etc on board caused by his workmen or sub-contractors and the Contractors shall make good such damages free of cost.

5. Security

(a) The contractor shall be responsible to ensure that all persons employed by him in the execution of any work in connection with this contract are fully aware of the provision of the official secrets act 1923 and in its connection any other statutory act/law/amendment in force and have undertaken to comply with the same.

(b) The contractor, his representatives or supervisory staff are required to individually to be in possession of a valid Security Pass, which has been duly verified by the security staff. The pass will be examined by the security staff at the time of entry or exit and also at any time inside the dockyard. (c) The contractor, his representatives and workers are liable to be searched by the security staff at the gate used for entry and exist.

(d) In giving any information to the hired manpower, the contractor shall furnish to such persons only such information as may be necessary for carrying out the respective work entrusted to them.

(d) The security of the men and material in the contractor’s premises is the contractor's responsibility.

(e) Gates passes for personnel entering into INS Eksila to be made as per the regulations of INS Eksila. Detailed instructions to contractors for making gate passes for entering into INS Eksila premises can be provided on e-mail on request.

6. Unlawful Activity. In case the employees or persons hired by the CONTRACTOR engage in any unlawful activity within INS Eksila premises or indulge in damage to or theft of Government Property, INS Eksila will take any measures deemed fit to prevent such activity and take recourse to the law. Further, in case CONTRACTORS employees or persons hired on contract indulge in such unlawful activity, the CUSTOMER retains the right to review continuation of the contract and may decide to terminate the contract forthwith under risk and cost to the CONTRACTOR.

7. Arbitration. In the event of any dispute or difference between the parties hereto relating to the interpretation and application of the provisions of the contract, such dispute or difference shall be resolved amicably by mutual consultation or through the good offices of empowered agencies of the Government . If such resolution is not possible, then, the unresolved disputes and difference shall be referred by either party to the arbitration of one of the arbitrator in the Bureau of Public Enterprises to be nominated by the Secretary to the Government of India, in charge of the Bureau of Public Enterprises in terms of office Memorandum No. 15/9/86-BPE(FIN) dated 30 March, 1989 issued by the Government of India, Ministry of industry, Bureau of public Enterprises, as modified from time to time. The Arbitration Act 1940 shall not be applicable to the arbitration under the clause. The award of the Arbitration shall be binding upon the parties to the dispute, provided, however, any party aggrieved by such award may take a further reference for setting aside or revision of the award to the law Secretary, Department of Legal Affairs, Ministry of law & Justice, Government of India, Upon such reference the dispute shall be decided by the Law Secretary or the Special Secretary / Additional Secretary when so authorized by the Law Secretary, whose decision shall bind the parties finally and conclusively. The parties to the dispute will share equally the cost of arbitration as intimated by the Arbitrator. The parties shall continue to perform their respective obligations under this contract during the arbitration proceedings except in so for as such obligations are the subject of the said arbitration proceedings. The seat for arbitration if arises will at Vishakhapatnam.

8. Environmental Policy. INS Eksila is committed to continually improve upon environmental performance through pollution prevention and resource conservation. Contractors should strive to:-

(a) Have effective utilization of utilities like water and electricity by recycling and energy auditing.

(b) Educate, train and motivate employees to execute their tasks in an environmentally responsible manner.

9. The Contractor is not to employ any of the serving INS Eksila personnel or to take assistance, either directly or indirectly from any of the workshop facilities in the terms of men or materials.

Station:______Signature of Tenderer(s)______Date: ______Name & Address in full and Capacity (i.e., Proprietor/Partner/Authorised Attorney etc.)

(RUBBER STAMP)

Annexure 3 to RFP (Refers to Part II Para 9 (b))

COMPLIANCE MATRIX FOR TECHNICAL PARAMETERS (TO BE ATTACHED WITH T-BID)

Complies with RFP S. T Bid Parameter Para Ref- RFP (Yes/ No). If No, give No remarks / reasons 1 Supply Required – Contract for ‘Supply of Multifunction Wide Format Part – II of RFP Para 1 Colour Inkjet Plotter at INS Eksila’ 2 Submission of required documentation – Agree. Part – I of RFP Para 13 & 14 3 Validity Of Bids Part – I of RFP Para 10 4 Submission of Earnest Money Deposit (EMD)– Agree Part – I of RFP Para 13(c ) 5 Delivery Period Part – II of RFP Para 4 6 Agreement to ‘Scope Of Work’ Part – II of RFP Para 8 & Annexure I to RFP 7 Technical Parameters, Financial Parameters, Statutory Parameters and Part – II of RFP Para 9 Other essential Parameters to be met by the firms for experience in field (Any specific deviations are to be highlighted clearly with reasons against the respective serials) 8 Work Completion Certificate post Supply of equipment, Installation, Part – I of RFP Para 11 Commissioning and Training 9 Agreement to Payment terms Part – II of RFP Para 13 10 Agreement to one year Warranty Part - III Para 17 11 Standard Conditions of RFP – Agree (Indicate exceptions if any in Remarks) Part - III of RFP & Annexure 2 of RFP 12 Special Conditions & Additional Standard Terms and Conditions of RFP – Part IV of RFP Agree (Indicate exceptions if any in Remarks)

Annexure 4 to RFP (Refers to Part I Para 13 (b))

COMPLIANCE MATRIX FOR COMMERCIAL ASPECTS (TO BE ATTACHED WITH T-BID AND Q BID)

S.No Q Bid Parameter Para Ref- RFP (Yes/ No) Remarks 1 Quotation shall remain valid till 06 months from opening of Bids. Part – I of RFP Para 10 2 Prices must be quoted on F.O.R -- 3 Taxes & Levies. Break up of all loading amounts (taxes & duties) Part – III of for each of the serial listed as per Price bid matrix are to be RFP Para 18. indicated. Any additional charges over and above serials indicated Part – V of in price Bid matrix at Annexure 7 are to be indicated seperately RFP para 1 & 2

Annexure 5 (Refers to Part II Para 9 (c))

SUMMARY OF PAST EXPERIENCE OF THE FIRM

Ref SL No. of Client’s name, Address & Supply Order Supply Details of equipment supplied Contract value No attach contact no. No. and date Completed on ments

Total contract value

SEAL, SIGNATURE & NAME OF THE BIDDER (Owner / Authorised signatory for bid)

Note -1. The bidder shall produce an attested copy of the referred completion certificate from the owner companies indicating name of work, description of work done by the bidder, date of start, date of completion(contractual & actual including extensions if any), value of material supplied free of cost by the client. Only such works will be considered which are 100% completed in all respects. When the owner company is private one, the certificate from the company must be supported by TDS certificate issued by the company. Bidder should be in a position to produce the original certificate, if required. Note -2. Eksila reserves the right to cross check the certificate(s) directly with the issuing authority /authorities/clients or any other firm/ party. Note-3 Information must be furnished on only works carried out by the bidder in his firm’s own name. Works carried out as a partner in joint venture shall not be included in this proforma. Note-4 The bidder shall number the page number of the documents submitted by him against Pre-qualification requirements/Criteria and such reference number of relevant completion certificate(s) against completed work(s) if any shall be indicated under Column.no.2 of above table.

Annexure 6 (Refers to Part I Para 13(k))

PROFORMA FOR WILLINGNESS TO PROVIDE SERVICES AND SPARES SUPPORT BY THE BIDDER

1. This is to certify that we have studied the full RFP pertaining to ‘Supply of Multifunction Wide Format Colour Inkjet Plotter at INS Eksila’ and understood all the contents of the RFP and the scope Of Work.

2. We promise to provide Services and Spares support for atleast 10 years post installation of the equipment.

Station:______Signature of Tenderer(s)______Date: ______Name & Address in full and Capacity (i.e., Proprietor/Partner/Authorised Attorney etc.) (RUBBER STAMP)

Annexure 7 (Refers to Para 2 of Part V)

PRICE BID FORMAT

‘SUPPLY OF MULTIFUNCTION WIDE FORMAT COLOUR INKJET PLOTTER AT INS EKSILA’

Total Cost GST & Total SAC / HSN Basic S. Machine Type / Generic of Parts Qty With Out Other Amount Code Cost No. Tax Taxes with Tax

Multifunction Wide Format Colour Inkjet Plotter with Standard accessories, Software 1. 01 Set and Drivers (Conforming to Tech Specifications given in Para 2, 3 and 9 of Annexure 1 RFP)

Installation Charges including Testing, 2. 01 Set Commissioning & Training and Overheads.

Grand Total