., 1? AAq REGISTERED lclg rJi- 11ll-.\rJuvvru /'I Fax + 91 11 2338582A Headquafters stadium complex E mail pdloq@rldiarcs!!1g,lrarq-lls,!1 National New Delhi - 1100 0'1 Reply should be addressed to the Director General

Quoting CGHQ/TE/CL/5863 116-17 Jun 16

INVITATION OF BIDS FOR SUPPLY OF SEA CAP RFP NO. CGHQ/TE/CLi5863 /16-17 DATED 20 JUN16 Sir

1 Bids in sealed cover are invited for supply of sea cap listed in Part ll of this RFP please super scribe the above mentioned Title. RFP number and date of opening of the Brds on the sealed cover to avoid the Bid being declared invalld

2. The address and contact numbers for sending bids or seeking clarifications regarding this RFP are given below

The Director General (For Principal Director Logistics) Coast Guard Headquarters National Stadium Complex. New Delhi-1 10001 Dy. Director (Log-NS) Tefe: 01 1-23381345, Fax: 01 1-23385820 Email: [email protected] dte [email protected]. tn 3. This RFP is divided into five Parts as follows. (a) Part l- 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.

(b) Part l_! Contains essentral details of the items/services required. such as the schedule of Requirements (soR), Technrcal Specifications. Delivery Period, Mode of Delivery and Constgnee details

(c) Part lll - Contains Standard Conditions of RFP. which will form part of the Contract with the successful Bidder

(d) Part lV - Contains Special Conditions applicable to this RFP and which will also form pan of the contract with the successful Bidder.

(e) Part V - Contains Evaluation Criteria and Format for Price Bids. 4. 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 reseTves the right to withdraw the RFP. should it become necessary at any stage.

5. You are requested to comply with all the terms and condition mentioned in the RFP and certificate in this regard ts to be endorsed on the quote submitted by your firm Relaxation/deviation of terms/co nd itions if any should be clearly brought out for consideration. however acceptance of same will solely be at discretton of Coast Guard.

6. EMD or valid registration certification required for exemption of EMD should be kept in separate envelop ( not in the envelop that contain Commercial/Price bid). In the absence of EMD/valid registration certificate, the price bid will be rejected.

Yours faithfullv,.

/It/ rid r rl lnch i\ Commandant (JG) Deputy Director (Log-NS) for Director General Encl: As stated. PLEASE SUPERSCRIBE OUR RFP REF NO, AND TENDER OPENING DATE ON THE ENVELOP l)art I,.rj l.' Part l- General information

1. Last date and time for depositinq the Bids:- 1430 HRS on 27 Jul 16 The sealed Bids (both technical and Commercial. in case two bids are called for) should be deposited/reach by the due date and time. The responsibility to ensure this lies with the Bidder

2. Manner of depositinq the Bids Sealed Bids should be either dropped in the Tender eo* marked as QlIe.toI o,f Loqis!!e" or sent by registered post at the address given above so as to reach by the due date and time Late tenders will not be considered. No responsibilrty will be taken for postal delay or non-delivery/ non-receipt of Bid documents. Bids sent by FAX or e mail will not be considered (unless they have been specifically called for by these modes oue to u rg ency).

3. Time and date for openinq of Bids: 1500 HRS on 27 Jul 16 (lf 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. Location of the Tender Box: At Coast Guard Headquarters premises (Guard Room) Only those Bids that are found in the tender box will be opened. Bids dropped in the wrong Tender Box will be rendered invalid

5. Place of opening of the Bids: Coast Guard Headquarters {D(Log)'s cabin} The Bidders may depute their rep rese ntatives, duly authorized in writing. to attend the opening of Bids on the due date and time. Rates and important commercial/techn ical clauses quoted by all Bidders will be read out in the presence of the representatives of all the Bidders This event will not be postponed due to non-presence of your representative. 6. Two-Bid svstem. The case is being processed on two-bid system and. 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 complianVsu itable after Technical evaluation is done by the Buyer. Technical bids without compliance statement as per appendix'A will be rejected.

7. Forwardinq of Bids: Bids should be forwarded by Bidders under their original memo / letter pad 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. Copy of PAN No,Tin No and the documents for registration of vendors with any office of MOD may also enclosed with lhe bids.

8. Clarification reqardinq contents of the RFP: A prospective bidder who requlres 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 clarrfication by the purchaser will be sent to all prospective bidders who have received the bidding documents.

9. Modification and Withdrawal of Bids: A bidder may modify or withdraw his bid after submission provided that the written notice of modification or withdrawal is received by the Buyer prior to deadline prescrrbed for submission of bids A wrthdrawal notice may be sent by fax but it should be followed by a signed confirmation copy to be sent by post and such signed confirmation should reach the purchaser not later than the deadline for submission of bids. No bid shall be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and expiration of the period of bid validity specified Withdrawal of a bid during this period will result in Bidder's forfeiture of bid security.

10. Clarification reqardinq contents of the Bids: During evaluation and compartson of brds, the Buyer may. at its discretion. ask the bidder for clarificatron 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 posfbid clarification on the initiative of the bidder will be entertarned.

I)r!. I L)l i- 1'1. Reiection 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

12. Unwillingness to quote: Eidders unwilling to quote should ensure that intimation to this effect reaches before the due date and time of opening of the Bid, failing which the defaulting Bidder may be delisted for the given range of items as mentioned in this RFP.

13. Validitv of Bids: The Bids should remain valid till 180 davs from the last date of submission of the Bids.

14. Earnest Monev Deposit:- Bidders are required to submit Earnest Money Deposit (EMD) for amount of t 13,000.00 (Rupees Thirteen Thousand only) in favour of "PcDA(N), Mumbai,,. 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 banks or a private sector bank authorized to conduct government business as per Form DPM-'16 (Available in MoD website and can be provrded on request). EMD is to remain valid for a period of forty-five days beyond the final bid validity period. EMD of the unsuccessful bidders 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 Bidders who are registered with the Central Purchase Organization (e.9. DGS&D), National Small Industries Corporation (NSIC) or any Department of MoD or MoD itself. 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.

Pil!! I ol- l^ Part ll - Essential Details of ltemsiServices required follows 1. Schedule of Requirements - List of items / services required is as

Name/Type of item/services/description of stores Qty required Sl Description Patt Qty required (in Nos') Total No. QtY' CGSD CGSD RSD CGSD (MBl) (KOC) (PBR) . (PBD) (i) Sea Cap Jet with Brass Black PSHOO (For officer OU 28 88 3Z-U b Comdt (JG) and above (ii) Sea Cap Jet Black without DeLtnn ql q Brass (For officer l A5 500 '156 2236 3 I -\- \, Dy.Comdt & Below & EP)

2. Technical Details- As per part no given in Para 1 above. The above specifications contaln -rnrr"-:ii-ffit6"ffi"iion5io6iiir" *",th an indrcative design sketch of the..items Copv- of ,p""itli"ron foi Sei Caps is pi-Ce! at Appendix B' Howe-ver, the overall finrsh of the Sea dao Jet Black without brasi and Sea Cip Jet Black with brass in terms of aesthetic and J.i5it"'6ti,r.i *orio jr.o be one'of the essential parameters for evaluatrng rhe bid .tf"f "i*i,iii.rnrrupin"r.foi" *,ih rerpect to feels ftntsn and qr-rality of workmanship the sample held with PD (Log I would also be available for vtsual inspection at CGHQ premrses on specific req uest. (a) The above specifications contain material and manufacture process of the ttem ii6wever the overall feel/finish of the Sea Cap is also one of the criteria for evaluatlon oi ir," 1 uiOlSamples submitted by the firms. Pa rticipation_ rn^th is tender would be construed ,. ,rro;.n"ti. ,t""bian"" of the decisions of the TEC on this matter' With r"ojrA to feel/ finish and quSlity of workmanship, the sample held with PD (Log) at CGftO f.le* Delhi will be availa5le for visual inspection upon specific request 3. Two-Bid Svstem - In the technical bid, Eidders are required to furnish clause by complianEe of specifications as per Appendix "B' bringing out clearly the deviations from"lurse specification. if any. In addition to the above. the following are to be strictly followed while submitting the technical bid -

(a) No price should be indicated in the technical bid

(b) The following documents are to form part of the technical bid

(i) Certificate of acceptance of terms and conditions of RFP on firm s letter neao. (ii)oEMThebiddershou|dbepreferab|yanoEM'|ncasebidderisnotan OEM he should be in possession of agreement certificate that he is authorlsed to oarticipate and bid on behalf of the OEM

(iii) Valid registration/ permit of manufacturing unit issued from Ministry of Commerce/ Ministry of Industries/ concerned authorities in respect of OEM if the firms are not registered with MoD/ Dept of MoD/DGS&D

(c) Samples along with lechnical bids

4. Deliverv Period - Delivery period for supply of items would be 150 Davs from the effectiue dat,e 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 discretron of the Buyer. with applicability of LD clause 5. Pilot Sample Firms are required to be submit six samples of each Sea caps manufactured strictlV as per specified quality for inspectio ni a pp rova l The bids received without samples is liable for rejection.

I)Js. J Lr I i- ,'F, 6 INCQTERMS for Deliverv and Transportation - ( E / / 'C, / D, Terms) The deftnition of Delivery Period for this Supply Order will be local delivery at site of consrgnees.

7 . C ons iq nee deta ils : -

The Offlcer-in-Cha rge Coast Guard Store Depot (MBl) Cheetah Camp SPDC Colony Mankhurd, Mumbai - 400 071 Tele 022-25565368 Fax 022-25558171 Email. cqsd-m um(&rnd ia ncqAstquard niq tn

The Officer -rn-Charge Coast Guard Store Depot (KOC) New Star Road. Mattancherry Kochi-682 002, Kerala feie 0484-2218460 Fax 0484-2226187 Email cqsd-K9c@[!rA[qee!!S!A]-d lrq The Officer-in-Charge Coast Guard Store Depot (PBD) Near RGT College Porbandar - 360 575. Gu1arat Iel 0286-2210140 Fax 0286 2210143 Emaii: [email protected] tn

The Officer-in Charge Regional Store Depot (PBR), Post Box No.716 Haddo Post Office Port Balir 744 102 Tele 03'192 239747 Fax 03192-233921 Email. rsd-pbr@nd iancoasta ua rd nlc. n

l)llc 5 ol l Part lll- Standard Conditions of RFP

The Bidder is required to qive conf4rna[qn of their acceptance of the Standard Conditions of the Request for Proposal mentioned below which will automaticallv be considered as part of the Contract concluded with tlre successful Bidder (i.e. Seller in the Contract) as selected bv the Buyer. Failure to do so nlay result in reiection of the Bid submitted bv the Bidder'

1. Law. The Contract shall be constdered and made in accordance with the laws of the Republic of lndia The contract shall be governed bv and interpreted in accordance with the !aws of the Republic of India

2. Effective Date of the Contract. The contract shall come into effect on the date of signatures of both the parties on the contract (Effective Date) 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 the effective date of the contract.

3. Arbitration. All disputes or differences arising out of or in connection with the Contract snatt Oe settted bv 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 Forms DPM 7. DPM-B and DPM 9

4. Penaltv for use of Undue influence The Seller undertakes that he has not given' offered or promised to gtve. dtrectly or indirectly. any grft. consideration. reward. r:ommtssron fees. brokerage or inducement to any person in servrce of the Buyer or otherwise tn 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 lndia Any breach of the aforesaid undertaking by the Seller 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 Seller or anyone employed by him or acting on his behalf. as defined in Chapter lX of the lndian Penal Code, 1860 or the Prevention of Corruption Act. 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel the contract and all or any other contracts with the Seller and recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer 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 off icer/emp{oyee ol the Buyer or to any other person rn a positton lo Influence any officer/employee of the Buyer for showing any favour in relation to this or any other contract. shall render the Seller to such liability/ penalty as the Buyer may deem proper, including but not limrted to termination of the contract, imposition of penal damages, forferture of the Bank Guarantee and refund of the amounts paid by the Buyer.

5. Aqents/ Aqencv Commission. The Seller confirms and declares to the Buyer that the Seller s the original manufacturer of the stores/provider of the services referred to in thls Contract and has not engaged any individual or frrm. 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 Seller. nor has any amount been paid. promised or intended to be paid to any such indivrdual or firm in respect of any such intercession, facilitatron or recommendation. The Seller agrees that if it is established at any time to the satisfaction of the Buyer that the present declaratton IS In any way incorrect or ii at a later stage it rs discovered by the Buyer 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 frrm or institution. whether before or after the signing of this contract. the Seller will be liable to refund that amount to the Buyer The Seller will also be debarred from entering into any supply Contract with the Government of India for a minimum period of five years. The Buyer will also have a right to consrder cancellation of the Contract either wholly or in part, without any entitlement or compensation to the Seller who shall in such an event s liable to refund all payments made by the Buyer in terms of the Contract along with interest at the rate of 2ok per annum above LIBOR rate The Buyer will also have the right to recover any such amount from any contracts concluded earlier with the Government of India

6. Access to Books of Accounts. In case it is found to the satisfaction of the Buyer that the seller has engaged an Agent or paid commission or influenced any person to obtaln the contract in clauses relating to Agents/Agency Commission and penalty for use of undue

1, 1".. (, Lrt l- influence. the Seller. on a specific request of the Buyer. shall provide necessary information/ inspection of the relevant financial documents/ information. 7 Non-disclosure of Contract documents. Except with the written consent of the Buyer/seller. other party shall not disclose the contract or any provision. specification, plan. design. pattern, sample or information thereof to any third party

B. Liquidated Damaqes. In the event of the Selleis failure to submit the Bonds in favour of "Director General ", Guarantees and Documents, supply the stores/goods and conduct trials, installation of equipment, training. etc as specified in this contract, the Buyer may. at his discretion, withhold any payment until the completion of the contract. The BUYER may also deduct from the SELLER as agreed. liquidated damages to the sum of 0 5% of the contract price of the delayed/undelivered stores/services mentioned above for every week of delay or part of a week. subject to the maxtmum value of the Liquidated Damages being not higher than 10% of the value of delayed stores.

9. Termination of Contract. The Buyer shall have the right to terminate this Contract in oart or in full in anv of the followinq cases.

(a) The delivery of the material is delayed for causes not attributable to Force Majeure for more than (03 months) after the scheduled date of delivery

(b) The Seller is declared bankrupt or becomes insolvent.

(c) The delivery of material is delayed due to causes of Force Maleure by more than (06 months) provided Force Majeure clause is included in contract.

(d) The Buyer has noticed that the Seller has utilised the services of any Indian/ Foreign agent in getting this contract and paid any commission to such indlvidual/ comoanv etc

(e) As oer decision of the Arbitration Tribunal.

10. Notices. Any notice required or permitted by the contract shall be wntten 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 partv to whom it is sent.

11 Transfer and Sub-lettinq. The seller has no right to give, bargain, sell, assign or sublet or otherwise dispose of the contracl 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.

12. Patents and other Industrial Propertv Riqhts: 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 Seller shall indemnify the Buyer 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 Seller shall be responsible for the completron of the supplies rncluding 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 allthe rights mentioned above.

13 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.

14 Taxes and Duties-

(a) In respect of Foreign Bidders: Blank

(b) In respect of Indigenous bidders

(i) General:-

1 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 rankinq of bids.

Pltrc - ot l- 2. lf a Bidder rs exempted from payment of any duty/tax upto any value of supplies from them. he should clearly state that no such duty/tax lvill be charged by them up to the limit of exemption which they may have. lf any concession is available in regard to rate/quantum of any Duty/tax, it should be brought out crearry. In such cases. rerevant certificate will be issued by the Buyer later to enable to the Seller to obtain exemptions from taxation authorities.

3. 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 shaI be alowed reimbursement by the Buyer, to the extent of actuar quantum of such duty/tax paid by the serter similarly in case of downward revision in any such dutyitax, the actuar quantum of reductron of such duty/tax shaI be reimbursed to the Buyer by the Seller. Arr such adjustments shaI incrude arr reriefs, exemptions rebates. concession etc, if any obtained by the seler. section 64 A of Sales of Goods Act will be relevant in this situarron.

4. Levies, taxes and dutjes levied by Central/State/Local governments such as excise duty, VAT, service tax. octroiientrv tax. etc on final product will be paid by the buyer on actual, based on relevant documentary evidence. Taxes and duties on input items rluill not be paid by Buyer and they may not be indicated separately in the bids. Bidders are required to include the same in the pricing of their product.

(i i) Customs Dutv: Blanx (iii). Excise Dutv:- Excise - duty exemption certificate wiI be provided with firm supply order.

1. Where the excrse duty is payable on advalorem basis, the Bidder should submit along with the tender, the relevant form and the Manufacturer's price list showing the actual assessable value of the stores as approved by the Excise authorities.

2. Bidders should note that in case any refund of excise duty is granted to them by Excrse authorities rn respect of Stores supplied under the contract, they will pass on the credit to the Buyer immediately arong with a certificate that the credit so passed on relates to the Excise buty originally paid for the stores supplied under the contract. In case of their '10 failure to do so, withrn days of the issue of the excise duty refund orders to them by the Excise Authorities the Buyer would be empowered to deduct a sum equivalent to the amount refunded by the Excise Authorities without any further reference to them from any of their outstanding bills against the contract or any other pending Government Contract and that no disputes on this account would be raised by them

3. The Seller is also required to furnish to the paying Authority the followinq certificates.

(a) Certificate with each bill to the effect that no refund has been obtained in respect of the reimbursement of excise duty made to the Seller during three months immediately preceding the date of the clarm covered by the relevant bill.

(b) Certificate as to whether refunds have been obtained or aoolied for by them or not in the preceding financial year after the annual Audit of their accounts also indicatinq details of such ref unds/applrcattons. if any.

(c) A certrficate along with the final payment bills of the Seller to the effect whether or not they have any pending appealiprotest for refund or partial refund of excise duties already reimbursed to the Seller by the Government pending with the Excise authorities and if so, the nature, the amount involved, and the position of such appeals.

l)l!.rc' li ()l l- (d) An undertaking to the effect that in case it is detected by the Government that any refund from Exctse Authority was obtained by the Seller after obtaining reimbursement from the Paying Authority, and if the same is not immediately refunded by the Seller to the Paying Authority giving details and particulars of the transactions' Paying Authority will have full authority to recover such amounts from the Seller's outstanding bills against that particular contract or any other pending Government contracts and that no dispute on thls account would be raised by the Seller

4. Unless otherwise specifically agreed to in terms of the contract, the Buyer shall not be liable for any claim on account of fresh imposrtton andior increase of Excise Duty on raw materials andior components used directly in the manufacture of the contracted stores takang place durlng the pendency of the contract.

(iv) Sales Tax / VAT:-

1. lf it is desired by the Seller to ask for Sales tax / VAT to be paid as extra, the same must be specifically stated. In the absence of any such stipulation in the bid. it will be presumeci that the prices quoted by the Bidder are inclusive of sales tax and no liability of sales tax will be devolving upon the Buyer.

2. On the Bids quoting sales tax extra, the rate and the nature of Sales Tax applicable at the time of supply should be shown separately Sales tax will be paid to the Seller at the rate at which it is liable to be assesseo or nas actually been assessed provided the transaction of sale is legally liable to sales tax and the same is payable as per the terms of the Supply Order.

3. Sales TaxA./alue Added Tax. if legally levied and actually paid. will be paid extra In case, Sales TaxA/AT is claimed by the Supplier, they are requested to furnish the following Certificate under their slgnature In their relevant bills for Sales TaxA/AT.-

"Certified that the goods on which the Sales TaxA/AT has been charged have not been exempted under Sales Tax Act or the Rules made there under and the charges on account of Sales Tax/ VAT on these goods are correct under the provisions of the Act or Rules made there u nde r'

(v) Octroi Dutv & Local Taxes. Octroi exemption certificate will be provided with firm suPPlY order.

1. Normally, materials to be supplied to Government Departments against Government Contracts are exempted from levy of town duty Octroi Duty, Terminal Tax and other levies of local bodies The local Town/Municrpal Body regulations at times, however, provide for such Exemption only on production of such exemption certificate from any authoiised officer Seller should ensure that stores ordered against contracts placed by this office are exempted from levy of Town Duty/Octroi Duty, Terminal Tax or other local taxes and duties wherever required. they should obtain the exemption cedificate from the Buyer' to avoid payment of such local taxes or dutles

2 ln case where the Municipality or other local body inslsts upon payment of these duties or taxes the same should be paid by the Seller io avord delay in supplies and possible demurrage charges The recetpt obtained for such payment should be forwarded to the Buyer wtthout delay together with a copy of the relevant act or bylaws/ notifications of the Municipalitv of the local body concerned to enable him to take up the question oi refund with the concerned bodies if admissible under the satd acts or rules

15 Pre-lntegritv Pact Clause. NA

lr.r!c tl ot l- Part lV - Special Conditions of RFP

The is required to qive confirm of therr tance of S I Conditions of the RFP runtion"d b"lo* *hj qArc]ulcd t41b tqqq@es$Le,dd", (i. S |ai|ure to do-gq llr,Ay resql!,l fCf"_"tio n "gid *b "t 1 Performance G uarantee: -

(a) Indiqenous cases. - The Bidder will be required to furnish a Performance Guarantee in favor of Director Generai coast Guard by way of Bank Guarantee through a public sector bank or a private sector bank authorized to conduct government business (lclcl Bank Ltd.. Axis Bank Ltd or HDFC Bank Ltd.) for a sum equal to 10"k of the contract value within 30 days of receipt of the confirmed order Performance Bank Guarantee should be valid up to 60 days beyond the date of warranty. The specimen of PBG rs given in Form DPM-15 (Available in MoD website and can be provided on request)

(b) Foreiqn cases: NA

2. Option Clause: Blank

: Repeat order clause: The contract will have a Repeat order clause, wherern the Buyer can order upto 50% quantity of the items under the present contract within srx months from the date of s upp lyls uccessfu I completion of this contract, the cost, terms & conditions remaining the same. The Bidder is to confirm acceptance of this clause. lt will be entirely the discretion of the Buyer to place the Repeat order or not

4. Tglerance clause: To take care of any change in the requirement during the period starting from issue of RFP tjll placement of the contract. Buyer reserves the right to 30 % plus/minus increase or decrease the quantity of the required goods upto that limit without any change in the terms & conditions and prices quoted by the seller. while awarding the contract, the quantity ordered can be increased or decreased by the Buyer within this tolerance limit

5 Pavment Terms for Indiqenous Sellers: - (a) NA (b) 100% payment on delivery and acceptance by the consignee on recerpt of cRV & Inspection note. (c) NA (d) NA

6. Pavment terms for Foreiqn Sellers. - NA

7 Advance Pavments - No advance payment will be made.

8. Paving Authoritv.

(a) Indigenous sellers. The Principal controller of Defence accounts (N), cooperage Road. colaba, Mumbai-39. and rele 022-2202i23i. 22812248\. rhe payment of bills will be made on submission of the following documents by the Seller to the Paying Authority along with the bill

(i) Ink-signed copy of contingent bill / Seller's bjll (ii) Ink-signed copy of Commercral invoice / Seller,s bill. (iii) Copy of Supply OrderiContract wjth U O number and date of lFA,s concurrence, where required under delegation of powers. (iv) CRVs in d uplicate (v) Inspection note (vi) 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 EPFIESIC contribution with nominal roll of beneficiaries, etc as applrcable. (vii) Exemption certificate for Excjse duty/ Customs duty. if applicable (vtii) Bank guarantee for advance, if any. (tx) Guarantee/ Warranty certif icate. (x) Performance Bank guarantee/ Indemnity bond where applicable. I)li!tc l{t ()l - (xi) 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 (xii) 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) (xiii) Any other document/ certificate that may be provided for in the Supply Order/ Contract (xiv) User Acceptance. (xv) Photo copy of PBG (Note - From the above list. the documents that may be required depending upon the peculiarities of the procurement being undertaken, may be included in RFP) (b) Foreiqn Sellers - Blank 9. Fall clause: - The following fall clause will form part of the contract placed on successful bidder.

(a) The price charged for the stores suppried undet the contract by the Seller shall in no event exceed the lowest prices at which the Seller sells the stores or offer to sell stores of identical description to any persons/Organisation including the purchaser or any department of the Central government or any Department of state government or any statutory undertaking the central or state government as the case may be durlng the period till performance of all supply Orders placed during the currency of the rate Supply Order is completed.

(b) lf at any time. during the said period the Seller reduces the sale price. sells or offer to sell such stores to any pe rson/org a n isation including the purchaser or any Deptt. of central Govt or any Department of the State Government or any Statutory undertaking of the Central or state Government as the case may be at a price lower than the price chargeable under the Supply Order, the seller shall forthwith notify such reduction or sale or offer of sale to the Director general of Supplies & Disposals and the price payable under the Supply Order for the stores of such reduction of sale or offer of the sale shall stand correspondingly reduced. The above stipulation will, however. not apply to (i) Fxports by the Seller (ii) Sale of goods as original equipment at price lower than lower than the prices charged for normal replacement. (iii) Sale of goods such as drugs which have expiry dates. (iv) Sale of goods at lower price on or after the date of completion of sale/placement of the order of goods by the authority

(c) Blank

10 Exchanqe Rate Variation Clause NA

11. Risk & Expense clause:

(a) Should the stores or any installment thereof not be delivered within the trme or times specified rn the contract documents. or if defective delivery is made in respect of the stores or any installment thereof, the Buyer shall after granting the Seller 45 days to cure the breach, be at liberty, without preludice 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 wrth the specifications / parameters provided by the SELLER 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 defau lt.

(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 SELLER be at liberty to purchase. manufacture. or procure from any other Source as he thlnks fit, other stores of the same or similar description to make good.- ( i) Such default

l).rrc llrrl l- (ii) In the event of the contract being wholly determined the balance of the stores remainrng to be delivered there under.

(d) Any excess of the purchase price, cost of manufacturer, or value of any stores procured from any olher supplrer as the case may be. over the contract price appropriate to such default or balance shall be recoverable from the SELLER. Such recoveries shall not exceed 100% of the contract.

12. Force Maieure clause:- (a) Neither party shall bear responsibility for the complete oT 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 Maleure 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) Certrficate of a Chamber of Commerce (Commerce and Industry) or other competent authority or organization of the respective country shall be a sufficient proof of commencement and cessation of the above circumstances.

(e) lf 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 wrjtten 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.

13. Buv-Back offer: NA

14 Specification: As per Part ll of RFP.

15 OEM Certificate: The bidder should be preferably an OEM. In case bidder is not an OEM he should be in possession of agreement certificate that he is authorised to participate and bid on behalf of the OEM

16. Export License: NA

17 Earliest Acceptable Year of Manufacture. The item should be of latest manufacture. conforming to the current production standard having 100% defined life at the time of delivery. The earliest acceptable year of manufacture will be 2016. Life certificate is to be enclosed with the bill.

18. Buver Furnished Equipment. NA

19. Transportation.- Local delivery at site i e CGSD(MBI) at Mumbai, CGSD(KOC) at Kochi, RSD Port Blair at Port Blair and CGSD(PBD) at Porbandar. Door delivery basts

20 Air lift: The following Airlift clause will form part of the contract placed on successful Bidder - Should the Buyer intend to airlift all or some of the stores, the Seller shall pack the stores accordingly on receipt of an intrmation to that effect from the Buyer. Such deliveries will be agreed upon well in advance and paid for as may be mutually agreed.

21 . Packinq and Marking. The following Packing and Marking clause will form part of the contract olaced on successful Bidder - (a) The Seller shall provide packing and preservatjon of the equipment and spares/goods contracted so as to ENSURE THEIR SAFETY AGAINST DAMAGE in the conditions of land. sea and arr transportation, transhipment. storage and weather _ I,l-. ,,, hazards during transportatron. subject to proper cargo handling. The Seller shall ensure that the stores are packed in containers. which are made sufficien y strong. and wrth seasoned wood rhe packing cases should have hooks for lifting by crane/fork lift truck Tags with proper marking shall be fastened to the special equipment. wntcn can not be packed

(b) The packing of the equipment and spares/goods shall conform to the requirements of specifications and standards in force rn the territory of the seller's co u ntry.

(c) Each item shall be packed in separate cartons. A label in English shall be pasted on the carton rndicating the under mentioned details of the item contained in the cafton A tag in English with said information shall also be attached to six sarnpres of the item. lf quantity contracted is less than six then tag shall be affixed to complete quantity contracted of the item. The cartons shall then be packed in packing cases as req u ired. - (i) Part Number. (ii) Nomenclature. (iii) Contract annex number. (iv) Annex serial number: (v) Quantitycontracted:

(d) One copy of the packing list in English shall be inserted in each cargo package. and the full set of the packing lists shall be placed in case No.1 painted in a yerrow colour.

(e) The Seller shall mark each package with indelible paint in the English language as follows.- (r) EXPORT ( ii) Contract No. -- (iii) Consrgnee ------. (rv) Port / airport of desttnation (v) Ultimate consig nee (v r) QtrI I ED (vii) Package No. ------(viii) Gross/net weight. ------( lx) Overall dimensions/volume (x) The Seller's marking.

(f) lf necessary. each package shall be marked with warning inscriptions. , "Do not turn over", category of cargo etc.

(S) Should any special equipment be returned to the Seiler by the Buyer, the latter shall provide normal packing. which protects the equipment and spares/goods from the damage of deterioration during transportation by land, air oT sea. In this case the Buyer shall finalize the marking with the Seller

22 Qualitv - The quality of the stores delivered according to the present Supply Order shall correspond to the technical conditions and standards valid for the deliveries of the same stores for in Seller's country or specifications enumerated as per RFP and shall also include therein modification to the stores suggested by the Buyer. Such modifications will be mutually agreed to. The Seller confirms that the stores to be supplied under this Supply Order shall be new i.e. not manufactured before 2O'16. and shall incorporate all the latest improvemenrs ano modifications to improve the quality

23. Qualitv Assurance.- The item should be of the latest manufacture. conforming to the current production standard and having 100% defined life at the tjme of delivery. ln addition to the above, followinq are also to be followed.-

(a) Six Nos Pilot sample of each Sea caps to be submitted with the technical bids.

(b) On award of contract. one technically accepted sample will be forwarded to the respectrve consrgnees as prlot samples to accept the material at their end.

(c) One Sea cap each will be forwarded lo the firm by CGHQ to undertake bulk proouclton.

Ir.rrt 1: o1 I- 24 ^.I-!!egq!q!3!!hglIy The stores will be inspected by a board of officers deputed by officer-in-charge of respective coast Guard Store Depoi (consignee) against guarantee/warranty firms certificate and the pilot samples approved by cGHe' In addition during the inspectjon. the consigne.e.(on recommendation by the board of officers) may conduct the lab test prior acceptance of the consignment. The time taken for lab testing of the sample prior acceptance by the consignee shall be included in the Delivery period- and no waiver shall granted be for the same

25 Pre-Dispatch Inspection: Blank

26 Joint Receipl Inspection Blank

27 Fra n kin q clause: -

(a) In the case of Acceptance of Goods 'The fact that the goods have been inspected after the derivery period and passed by the Inspecting-being oiicer wil no, nru. the effect of keeping the Suppry order arive. The goods are passed without prejudice to the rights of the Buyer under the terms and conditions of the suppry Order"

(b) In the case of Rejection of Goods "The fact that the goods have been inspected after the delivery period and rejected by the lnspecting o;ffice r will not bind the Buyer in any manner The goods are being rejected wiihout firejudic" to the ngn* of the Buyer under the terms and conditions oflhe-suppty Order.': 28 claims. - The forrowing craims crause wi| form part of the contract praceo on successful Bidder-

(a) The claims may be presented either: (a) on quantity of the stores, where the quantity does not correspond,to the quantity shown in the Packing List/lns ufficien cy in pacKrng. (b) quality or on of the stores. where quality does not correspond to the qualtty mentioned in the contract.

The quantity (b) claims for deficiency of quantity shall be presented withrn 45 days of completion of JRI and acceptance of goods. The quantity ciaim shall be submitted the seller to as per Form DpM-22 lAvairabre in MoD website and can be grven on request).

(c) The quality claims for defects or deficiencres rn quality noticed during the JRI shall presented be within 45 days of compretion ot ldt ani acceptance of goods. Quality claims shall be presented for defects or deficiencies in quatity notrceo ourlng warranty period earliest. but not later than 45 days after expiry of the guarantee period. The quality claims shall be submitted to the Seller as per'Form Opfri-Z: (Available in MoD website and can be given on request)

The (d) description and quantity of the stores are to be furnished to the Seller along wrtn concrete reasons for making the claims. copies of all the justifying documents shall be enclosed to the presented claim. The Seller will setfle ifr" within 45 days from the date of the receipt of the craim at the Se||er,s office."triil. suoject to acceptance of the craim by the Selrer. In case no response is recerved during this penod the claim will be deemed to have been accepted.

(e) The Seller shall collect the defective or rejected goods from the locatjon nominated by the Buyer and deliver the repaired or repra-ced goods at the same locatton u nder Seller's arranoement. claims lf may arso be settred by reduction of cost of goods under craim from bonds submitted by the Seller or payment of craim amount by setter through demand draft drawn on an Indian Bank. in favour of Principal Controlier/Controller of Defence Accounts concerned.

(S) The quality claims will be raised solely by the Buyer and without any certification/co u ntersrg natu re by the Seller s representative stationed in Ind ia

l'j,i!( 11(rl I- 29 Warrantv -

(a) The following Warranty will form part of the contract placed on the successful Bidder -

(i) Except as otherwise provided in the invitation tender, the Seller hereby declares that the goods, stores articles soldisupplied to the Buyer under this contract shall be of the best quality and workmanship and new in all respects and shall be strictly in accordance with the specificatron and particulars contained/mentioned in contract. The Seller hereby guarantees that the said g ood s/sto res/a rticles would continue to conform to the description and quality aforesaid for a period of 12 months from the date of delivery of the sato gooos stores/articles to the Buyer or 15 months from the date of sh ipment/d ispatch from the Seller's works whichever is earlier and that notwithstanding the fact that the Buyer may have inspected and/or approved the said g oods/stores/a rticles, if during the aforesaid perrod of '12li 5 months the said jcles good s/sto res/a rt be discovered not to conform to the description and quality aforesaid not giving satisfactory performance or have deteriorated. and the decision of the Buyer in that behalf shall be final and binding on the Seller and the Buyer sharr be entitred to caI upon the seIer to rectify'by the goods/stores/a rticles or such portion thereof as rs found to be defective the Buyer within a reasonabre period. or such specified period as mav be allowed by the Buyer in his discretion on applicatron made thereof by the Seller. and in such an event. the above period shall apply to the good s/sto ies/a rticles rectified from the date of rectification mentioned in warranty thereof. otherwise the Seller shall pay to the Buyer such compensation as may arise by reason of the breach of the warranly therein contained.

(ii) to (iv) Blank

30 Product Support Blank

31 . Annual Maintenance Contract (AMC) Clause - Blank 1a Enqineerinq Support Packaqe (ESp) clause - Blank 33 Price Variation (PV) Clause - Blank

l)lrgc 1-i Lrl l - l criteria: The Fvalualion - broad guidelines for evaluation of Bids will be as follows. (a) only those Bids will be evaluated which are found to oe furrilring aI the etigibility and qualifying requirements of the RFp both technica,y and commerciary. (b) Blank (c) The Lowest Bid wili be decrded based upon collectively the lowest plce quoted by the particular price Bidder as per the Format given at para 2 below The consideration of taxes and duties in evaruation process wifl be as fo|ows. (i) In cases where onry Indian Bidders are competing, L-i bidder wi be determined by excluding levies, taxes and duties levied bytentraf State/ governments Local such as excise duty, VAT. service tax, octroi/ entry tax, etc on final product, as quoted bv bidders. ( ir) Blank (dl Deleted as per DpM 2OOg amendment _ jl15 dated i0 Nov .15 (e) Blank (f) Blank (g) The Buyer Teserves the right to evaruate the offers received Discounted by using cash Frow method at i discounting rate of 10 o/o. rn case cash frow involves more than one currency. the same wi be brought to a common denomrnatron in lndian Rupees by adopting exchange rate as BC se|ing rate of the state Bank of India on the date of the opening of price Bids. (h) The Lowest Acceptable Bid will be considered further for placement ot Supply order contract / after comprete crarification and prce negotiations as decrded by the Buyer' The Buyer will have the right to award contracts to different Bidders for being lowest in particurar items. The Buyer arso reserves the right to do Apportionment of Quantity if it is convinced that Lowest Bidder is not in a po-rition to suppry full quantity in stipulated time. 0) Any other criteria as applicable to suit for particular case. Pri Format for L-1 dete tion :- The Price Bid Format in general is given below and Brdders are requrred to fill this up correctly with full details, as required under Part-ll of RFp (The format ind icated below is only as and illustration. This format should be filled up with items/ requrrements as mentioned in Part-lI of RFP) Basic price of

(a) ltem(s)

sl. Item Patt No. Unit Qty Total Price (i) Sea Cap Jet Black with Brass pSHOO52-CG 8B (For offlcer Comdt (JG) and Nos above (ii) Sea Cap Jet Black without PSHOO5.1-CG 2236 Brass (For officer Dy.Comdt & Nos Below & EP)

(b) Accessories. Blank (c) Installation / Commissioning Blank (d) Training BIank (e) Technical literature - Blank (f) Tools Blank (S) AMC - Blank (h) Any other requirement Blank

Note - Determination of L-1 will be .done based on total of basic prices (not including levies, taxes and duties levied by central/state/Local governments such as excise duty. VAT. Service tax. octroi/ entry tax, etc on final product) of all items/requ jrements as mentioned above

l'ilr.rr l6 ol l- (a) ls Excise Duty extra?

(b) lf yes, mention the following _

(r) Total value of items on whjch Excise Duty is leviable (i]] Rate of Lxcrse duty (rtem_wrse if differeni ED rs apptrcable). (lI Surcharge on Fxcise duty if applicable? (iv) Total value of excise duty payable:

(c) ls Excise Duty Exemption (EDE) required.

(d) lf yes. then mention and enclose the following.

(i) Excise notrfication number under which EDE can be given. ) ls VAT extra?

(f) lf yes, then mention the following.

(i) Total value on which VAT is leviable. (ii) Rate of VAT (iii) Total vatue of VAT teviabte

(s) ls Service Tax extra?

(n) lf yes, then mention the following (i) I otal value of Services on which Service Tax is leviable (ii) Rate of Service Tax leviable (rii) Total value of Service Tax leviable

U/ ls Custom Duty Exemption (CDE) required:

(K) lf yes, then mention the following _

(i) Custom notification number under which, CDE can be given (enclose a copv) (ii) CIF vaiue of stores to be imported (iii) Rate of Customs Duty payable (jv) Total amount of Customs Duty payable

( r.) Octroi / Entry taxes.

(m) Any other Taxes / Dutres.

PN!. l- ()J i- Appgrtdu 4 Refer part ll of RFp

vE N QQ&c_qql!!l4l! c q EV3!.qAr ro! ruArgq {|t is mandato-rLto submrt thlg qg!lpli!!!:;! lhq !"r-q!-s!4!ri!s!)

Sl. C lause Yes/No. Supporting Reasons (Attach Documents for Non documents Required com plian wherever ce applrcabie) ,l I Sea cd b ds b(; to subrit ti(jn I sepaTale sea cal No covcrs superscr bLnc TECfINICAL BlD, aId SQIUwlEBq!A!_ BlD r|irntron,rq icncter No and date of Operifrg itnd thereaitcr pul r! a brgger covcr \,",h,ch sho,t d atso Dc scaled and duly s.tperscflbed L NO PRICI -..,rr, ..r.r.o l-,. ( -1\d (t No Fl d se llrc same w I oa ,rl-;clcc sLtnrfi]ar y {Sce Irafa 3(ar .if trarl i ol iil i)} 03 BrCs (,- llechnrcal & a nr rJ I o aa il I r sno!ct ttc for\,\,afdcd oy il otjcr uIat€l tIc r oa ctrfta .iejlril ',1 pad oLlJlc( .' .r l. : .. ^L , .j | .!.o,1 o > ot r. undertaklng of on ltrlns cltcf hcao trrm s letter hc ad Calego.y oi Illr n,irctftcr !l cril o. S.t a ard aleallciilc ati iit,t st.alror.ti.)'- lvlSfutt

i MIl ;i1 :it{r ajrrorl:1 riti' tlg,,e(j rr [rafa ].1 o1 t l\4 D o. Pa.t of lll lj rleot srkl Ol? cccu:nenl Clpy oi va d liit{Jstratoi. to iti)rifrcatc reEarclfi) a a r,"l lhe frrr| s rc.t strairo| ,,vrtf. DCe/vNS Cil\llot) oi exefatpt on oJ afy dept 01 IVIoD ior excrnpton of FVID for i tvlr) quoted itenr Ci Coprr,'s of llc.trstrat ol-r oi VI- S I f.l ruftbcr

OS I IilItliar IrAN .a.d rleia s -'r5 i) ot Santp c caclt oi Saf.ple i;t r Sr:a Oap .lc1 f l .joK \,vrlhoL,t [Jrass it or r:ffrccr ljv conrdl & flclovr & lr-l br S.t:l (la0.l0t llrack r,rtth Brass (ior offlc0r Oonrdt 1.lC i and above ras pir, liaaa ??) ol i)att, .,, Note: utpllcr alq re:qqe_tlqll to L,rrctosed ONLy required docurlents.

5 ar):li-,rar O' l,tij'ir'll S alrlhOr /aO r|tl !'11'"''' 't,' Encr-l to CGHQ potrcv letter CGHQ/LA/1512 dated 12 Auq 14

Scope These specifications ,sea cover the requrrements of cap Brack by personnel worn the of lndian Coast Guard posted afloat

2. Material & parameters

(a) Materiar -The cap shar be manufactured from cotton fabric (1oo% cotton twrll fabric).

Parameters:_ (b) The sea cap shall have the followrng parameters._

SNo. NAME oF PARAMETERS vAIuTs + n/lrrsoci uSeo EQUIPMENT ,,] Werghr {GSM i gms 250 +t- 3% ts.'1964 JI,/ VVCA \ VE Twill Visual ti'. r Di'lenSrOnal oo ' Stabrt'ty. Warp<30 ta 2s77 Weft<30 fivl Coior Fastness : to Rubo,ng Dry<40 tso tosxtz zoot Wet < 4.0 rv) Corour f astness to right 5 '. ts 2a54 (vr) ] Seam Strengtn ao Les ' I (vitt I ear Strength fO newtoh

3 Specifications for Desiqn. Stvle & Golour

(a) Desiqn The ,rNDrAN sea cap shar/ have the embrordered coAST GUARD text in gorden corour thread (gmm word size) in semi circurar shape on top front side (centre position) of two paners The sea cap shal have a thin chin strap of 0 9 mm thickness in Jet brack corour with ad,ustabre fittings which is to be attached wrth third & fourth panels rn the front side.

(b) StVle.- The sea cap shall be styled based on followjng attributes:

(r) Linrng I 1OO % Cotton Sheeting (ii) Sewing Thread (iij) 3 ply & 2 ply for over rock Panels . Basic 06 panels cap (iv) Fabric covered ounon .22-j (v) Bukram style :standard (on two tront panel) rn black colour (vr) Golden Thread 0.6 cms thickness golden thread rn knrtted fashion to be used in between peak and area loinrng front two panets -2-

(vii) Coast Guard Embtem The Coast Guard emblern ts to De placed below the "lndian text mateflal of Coast Guard', written in English on top srde (centre posrtion) of iront panels. Iwo The emblem is to have the text ' qfafiq 6gTeTfi,, and ' qq{ re7q. , embroidered In golden thread oi u b mm thickness rn Htndt. The CG emDtem ts to have the embrotdery of English & Hindi text in golden thread rne Inner circle of Ashoka pillar. top and bottom arc of emblem and both side view anchors of CG emorem are to be filled with navy blue corour as snown In the Appendix B.

(c) he Colour - I col<.rur code of the js sea cap Jet black The eye eye let button. crown Strap and vislon top as well as bottom are all in Jet black embroidered threads cotoui fne used afe in navy blue black & yellow Appendix'B' colour as shown ln the

(All Measurements in CMs) S.No. Measurement Medium Larqe ,: , lns,de circumference Remarks 57 5B r Detarls b r Herghr Centre tronr peak joint are ,to iO S 16 5 button top centre as snown ln - Appendix {c) peak wrdth acroas front 1g id A ld) Peak lengtf,across front g (9) 8 Back srrap lengtr, 7.s 7q rrr Chin strap ext;ded o; 45 specifrcations

(a) Double needle machrnes to be used for attachment of the six paneis (b) Two front panels to be heat fused with high density woven tusing (c) Six embroidery air vents finished with Lck stitched in each centre with of the paners similar black colour of the Sea Cap (d) All six paners centraIy joint finished with a fabric covered (e) Front peak button to be sandwiched with white trrm decorative fabric and four needre stjtching evenly done on rop wtth 2lg gap. (f) All 10int seams to be fabric covered cteJn'i,nisn,ng insrde & to have needle stitching with padding four (S) Adjustable velcro to be afiached at the back of the caD {'r I Chrn strao rs ro be ad1JSrabr" .n'lro.a grain tape 0) Stitch Per Inch(Spt) is to be g to .1 .1 per inch (k) Brass on peak as apprrcabre shall be of 15 mm in yerow embroiderv thread Packinq Instruction

(a) Fasten all Velcro openrngs (b) Each cap has to steam on pressing mold to move a the creases. (c) Each cap should be supported by cardboard from Instde at front portion (d) Encrose the each pory cap in bag The mouth of pory bag sha, be heat seaied. (e) 100 in number caps as enclosed shall be securely packed in a seven ply cardboard box having craft paper on both sides and provjded with water proof linini material rnside the packing case. Any loose space rematntng In the above packjng shali be compretery fired with any suitabre cushioning packrng material of approved quarrty to prevent any movernent of the contents within the packing case. The case shall be sujtably c/osed and seateo bV two strios

Markinq Of Packaqes

(a) The front side of the packing case shaI be regibry & inderibly marked with the Indent number. description of the store and the quantiiy pacKed preceded with the alrbreviation "Qty,,. The words,,OpEN ,,TOp,shall THIS SlDE,,and be marked on the left and right hand edges of packing case respectively.

(b) The rear side shourd have the name and address of the consrgnee as given in the contract and the weight of packages the in Kirograms and Grams. rt sha, arso have the number of individuar packages and the totar number of packages rn the consiqnment

(c) The left end should have the consrgnor's name and address. lnittals or his recognjzed trade mark month and year of packrng inspection note number and o aIe

B Inspection Schedule

(a) Pilot Samples Inspection.- The supplrer shall submit 1 no. each of the ordered sizes principal of Sea Cap to the Director of Logistics/ Local procurrng agency

(b) Bulk Producfion certificate - Burk manufacturing shal be undertaken only after acceptance of pirot sample and issue of Buik production crearance (Bpc) by PD (Log)/ Local procuring agency

(c) ResponsibilitvforCompliance.- Atl items must meet all requlrements gtven ln the specification The supoljer shall also submrt certificate of raw material assurance and certification form the Principal Manufacturer s registered office in the country lf the basic materjal is not found conforming to the specifications. the whole iot is liable for reiection (d) pre-tnspection, ,. ,n" ,-urOon'.,0,,,ry of .. .,, the supplier to carry out proper pre Inspectron before offering the stores for inspection '100% The supprier,.nr.t ort pre-inspection for compreteness ""rry of stores A decraration by the supprier that necessary pre-inspection has been carried out on the stores tendered shail be submitted along with the challan. (e) Terms for reiection - rf the inspectrng officer finds that prerinspectron of the consignment has not been carrred out. the entrre consignment wiI be riabre relection for

9 Burk rnspection The item sha, be inspected rn accordance of the rot with arl requrrements of referred documents unress otherwise excruded amended or modifred in the specrfjcations The jtems shall be inspected for dimensrons and frnish. The lot sha, be if one or more dimensions fail to :"];:*, meet the requirement on one or more sampJe

10 Certification :- The suppiter sha| furnish a certificate of compliance that all materials and components, for which the requjrements are not coveTed by a stanoaro corfornr to the Specrfied reqLlrement

11 Warrantv - The stores supplied against this specif ication shat be deemed to bear the warranty of the contractor agarnst defective materars and performance for a period of 12 months from the date of receipt of stores at consrgnee's depot. if during this period, the stores supplied are found to be so defective. rne same shall be replaced immediately with the servrceable stores by the contractor at srte. free of any charges or cost or the contractor supprying such defective stores sha, accept a suitabre prce penarty for the defective stores as may be decided by the purchasing officer recommendatton on the of the consig nee/e u aiity Assurance Authority. ta i;

\\ i\ 1\ ili E rill ft'il *- lf 1-l ;l t: ril _c => i/ ! i/ o- i) sEA qAl?

I lvEr-o il,"cMl

IPEAK StZE 08 CMI

IHETGHT 14 CM I

92