Nothing Special   »   [go: up one dir, main page]

Bid Doc Tricycle

Download as pdf or txt
Download as pdf or txt
You are on page 1of 23

OFFICE OF THE MANAGING DIRECTOR

ASSAM STATE DEVELOPMENT FOR SC LTD.


SARUMOTORIA, DISPUR, GUWAHATI-6

E-BIDDING DOCUMENT
FOR
THE SUPPLY
OF
DIPBHAHAN TRICYCLE RICKSHAW

BID REFERENCE: No. SCDC/ACCTT/Dev Scheme/488/2018-19/2

Email: scdcassam@gmail.com

1
OFFICE OF THE MANAGING DIRECTOR
ASSAM STATE DEVELOPMENT FOR SC LTD.
SARUMOTORIA, DISPUR, GUWAHATI-6
No.SCDC/Acctt/Dev Scheme/488/2018-19/2 Dated Guwahati 1st Jan/2019

E-Procurement Notice

(to be published in newspapers/website)

The Managing Director, Assam State Development Corporation for SC Ltd., Assam,
Guwahati-6 invites bids in e-tendering system for supply of Dipbahan Tricycle Rickshaw, Designed by
IIT Guwahati, only from manufacturers (OEM) of reputed or their duly authorized dealers as
mentioned in the bidding document. The bid document is available online from 02/01/2019 at 05:00
PM to 17/01/2019 up to 03:00 PM and the bid should be submitted online in
https://assamtenders.gov.in. The bidder would be required to register in the web-site which is free of
cost. For submission of the bids, the bidder is required to have Digital Signature Certificate (DSC) from
one of the authorized Certifying Authorities (CA) as indicated in the website:
https://assamtenders.gov.in.
Last Date/ Time for receipt of bids through e-procurement: 17/01/2019 up to 03:00 PM.
For further details please log on to https://assamtenders.gov.in

Managing Director,
ASDC for SC Ltd., Assam,
Guwahati-6

2
Notice Inviting e-Tender
SECTION-I INVITATION FOR BID (IFB)
OFFICE OF THE MANAGING DIRECTOR
ASSAM STATE DEVELOPMENT FOR SC LTD.
SARUMOTORIA, DISPUR, GUWAHATI-6
NIT NoSCDC/Acctt/DevScheme/488/2018-19. Dated 1st Jan/2019

SUPPLY
OF
DIPBHAHAN TRICYCLE RICKSHAW

1. The Managing Director, ASDC for SC Ltd., Guwahati-6 invites bids in electronic tendering
system for supply of Dipbahan Tricycle Rickshaw, Designed by IIT Guwahati
only from Original Equipment Manufacturers (OEM) of reputed or their duly authorized
dealers.
2. An amount of Rs. 200.00 lakhs (Rupees Two Crore) only has been earmarked during the financial
year 2018-19 under” Development Scheme” for SC people those are under the poverty line across
the State.
3. The Bidders must be registered with the E‐tendering system provider for participating in the
bidding process. The Bidding document may be downloaded through the Portal
http://assamtenders.gov.in.
4. The contract will be awarded to the successful / qualified bidder subject to Govt. sanction and
payment will be made after delivery of the goods to FOR destination under expenditure ceiling
system i.e; Managing Director, ASDC for SC Ltd. will move to Govt. for release of fund.
5. Online submission of Bid is mandatory. Manual submission (without online Submission)
of bid will be considered as non responsive. Bidders are to submit the required papers by
scanning and uploading the same before the expiry of the deadline for submission of bid
mentioned below at Sl‐8
6. The bidder shall have to deposit an amount of Rs.5,000/- (Rupees five thousand) being the cost
of the bid document in shape of Demand Draft in favour of Managing Director, Assam State
Development Corporation for SC Ltd.. The bidders shall upload the scanned images of the
Demand Draft with the bid.
7. The bidder shall have to deposit an earnest money amounting to Rs. 2.00 Lakhs (Rupees Two
Lakh) only for (General Category) and Rs. 1.00 Lakhs (Rupees One Lakh) only for
(SC/ST/OBC) in the form of DD / Bank Draft / FDR only from any Nationalised Bank /
Scheduled Commercial Bank duly pledged in favour of Managing Director, Assam State
Development Corporation for SC Ltd payable at Guwahati. The bidder shall upload a scanned
image of the DD / BD / FDR as Earnest Money instrument with the Technical Bid.
8. The activity schedule for bidding process of the above mentioned activity shall be as per the
schedule shown below.
Sl. Start End
No.
Activity Venue
Date Time Date Time
Publishing in the News
1 Papers
02/01/2019 Newspaper
Document
2 Sale/Download
02/01/2019 5.00 PM 17/01/2019 3.00 PM
3 Bid Submission 02/01/2019 5.00 PM 17/01/2019 3.00 PM
4 Pre-Bid Meeting 07/01/2019 12.00 PM
5 Technical Bid Opening 18/01/2019 3.00 PM

3
(i) In the event of date of bid opening being a holiday, the activities will take place on the
next working day.
(ii) Both Technical Bid and Price Bid should be uploaded in the official website
http://assamtenders.gov.in on or before the Date :- 17/01/2019 Time:-3:00 PM for receipt
of bids through e-tendering:
(iii) Original copy of the following documents must be submitted on or before 17/01/2019
Time:- 3:00 PM at the office chamber of the undersigned.

(a) Self certified / Authorized copy of original Power of Attorney for signing the BID.
(b) Earnest Money in the form of original DD / Bank Draft / FDR only.
(c) Cost of Bid document in the form of Original DD / Bank Draft only.

9. Hard copy of the technical bid submitted online is to be submitted on or before 17/01/2019
Time:-3:00 PM for evaluation purpose. For any discrepancy between the online bid and
the hard copy of the bid, the online bid will govern and will be considered for evaluation.

10. Bidders are advised to scan their Technical Papers at 100 dpi (In Black & White mode) in
PDF format for multiple pages with maximum file size of 25MB. For any assistance for
Online Bidding, Bidders may write to assamtenders.gov.in or may call the help desk
nos. given in the portal (i.e assamtenders.gov.in).

11. The Notice Inviting For Bid (IFB) will be a part of the bidding Documents.

Managing Director,
ASDC for SC Ltd.
Guwahati-6

4
SECTION II: INSTRUCTIONS TO BIDDERS
A. General
1. Scope of Bid :

1.1 The Managing Director of ASDC for SC Ltd., Guwahati-6 invites bids for supply of
Dipbahan Tricycle Rickshaw, Designed by IIT Guwahati (as defined in this Bidding
Document ) during 2018-19 for which this invitation for Bid has been issued.
1.2 The successful bidder will be expected to complete the supply by the intended completion
date specified in the Contract data.
2. Eligible Bidders:

2.1 The eligible bidders for the purpose of this Bid are the Original Equipment Manufacturer
(OEM) or their authorized Company / Distributor / Dealer having authorization from
manufacturer specifically for this bidding process (Please submit manufacturer's
authorization letter on the OEM's letter head duly signed by authorized signatory as per
Prescribed Format in Section VIII). Bidder should have existing authorised license of the
product from IIT Guwahati at least for 2 Years prior to opening of the Tender Documents.
2.2 The Bidder’s Firm must be incorporated & registered in India, under the Indian
Companies Act / Societies Registration Act/Trust Act/any other Act in India and
should be in operations in India for minimum of 5 years. (Please submit Proof of
Registration).
2.3 The Bidder’s should have Average Annual Financial Turnover during the last 5 financial
years of Rs 50.00Lakh ( Rupees Fifty lakh only). (Please submit Annual Report (Balance
Sheet and Profit & Loss Account for the last 5 ( five) financial years.
2.4 Bidder should have experience of having successfully executed minimum 3 nos. of supply
order of not less than Rs. 100.00 Lakh each or 1 (one) no. of single supply order of Rs.
50.00 Lakh( Rupees Fifty Lakhs)of similar product in State/Central Govt. /PSUs during
last 5 Years (Please submit attested copies of supply order/completion certificate).
2.5 Bidder should not be blacklisted in any Govt./PSU/ Financial Institute/ Defence at any point
of time in the past 10 years in India. Undertaking in regard to the same to be submitted
along with the bid.
2.6 Bidder should have their own registered office in the State of Assam during last 5 years,
(Please submit documentary evidence along with the tender).
2.7 The bidder should be a profit making company for the last 5 financial years.
2.8 The bidder should have positive net worth in the last 5 financial years.
2.9 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices
issued by any Government Department.
3. Cost of Bidding :
The Bidder shall bear all costs associated with the preparation and submission of its bid, and the
‘The Managing Director of ASDC for SC Ltd., Guwahati-6 hereinafter referred to as "the
Purchaser", shall in no case be responsible or liable for these costs, regardless of the conduct or
outcome of the bidding process.

4. Content of Bidding Documents :


a) The items required, bidding procedures and contract terms are prescribed in the bidding
documents under the following sections

5
i Invitation for Bids (IFB) ; Section I

ii. Instruction to Bidders (ITB) : Section II

iii. General Conditions of Contract (GCC) : Section III

iv. Technical Specifications : Section IV

v. Qualification criteria : Section V

vi Bid Form and Price Schedules : Section VI

vii Contract Form : Section VII

viii Manufacturer‘s Authorization Form : Section VIII

b) The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding
documents. Failure to furnish all information required by the bidding documents or submission of a
bid not responsive as per provisions of the bidding documents may result in rejection of its bid.

5. Clarification of Bidding Documents :


A prospective bidder requiring any clarification may notify his query to the authority inviting
the bid in the pre-bid meeting. Description of clarification sought and the response of the authority
inviting the bid will be uploaded for information of the public or other bidders without identifying
the source of request for clarification. Please note that clarification not related to this bidding
document will not be responded

6. Amendment of Bidding Documents :


a) Before the deadline for submission of bids, the purchaser may modify the bidding documents by
issuing online corrigendum. The corrigendum will appear on the website
https://assamtenders.gov.in under “Latest Corrigendum” and email notification is also
automatically sent to those bidders who have moved this tender to their “My Tenders” area.
b) Any addendum thus issued shall be part of the bidding documents and deemed to have been
communicated to all the bidders who have moved this tender to their “My Tenders” area. In
case of any addendum/corrigendum, the system will automatically send e-mails to all bidders
who have downloaded the bidding document.
c) To give prospective bidders reasonable time in which to take an addendum into account in
preparing their bids, the purchaser may extend, as necessary, the deadline for submission of bids

7. Preparation of Bids :
i. All the interested bidders are requested to read the bid document carefully before submission of
their bid.
ii. Language of Bid : The bid prepared by the Bidder, as well as all documents attached to bid by
the bidder and all correspondences relating to the bid exchanged by the Bidder and the
Purchaser shall be written in English language. Supporting documents and printed literature
furnished by the Bidder may be in another language provided they are accompanied by an
accurate translation of the relevant passages in the English language in which case, for
purposes of interpretation of the Bid, the translation shall govern.

6
iii. Technical bid : Scanned copies of the following documents shall be uploaded on the website
https://assamtenders.gov.in at the appropriate place
a) Signed statement mentioning the legal status, place of registration and principal place of
business of the company or firm or partnership, complete address of the registered office and
address for correspondences with Phone number / Cell Phone number / Fax number and E-mail
ID,
b) A passport size photograph of the signatory of the bid,
c) Copy of DD/ Bank Draft towards the Cost of Bid Document,
d) Copy of DD / Bank Draft / FDR being Earnest Money in accordance with the bidding
document,
e) Copy of PAN Card issued by Income Tax Authorities in the name of bidder,
f) Copy of GST Registration Certificate,
g) Copy of valid Trade license issued by the competent authority.
h) Authorization Certificate from IIT, Guwahati .
i) Documentary evidences to establish that the items to be supplied by the bidder are conforming
to the required technical specification of the bidding documents.
j) Documentary evidence established that the items and ancillary services to be supplied by the
Bidder are in conformity to the terms and conditions of the bidding documents,
k) Detail documentary evidence to establish past performance of the similar items supplied by the
bidder in the State of Assam.
l) Documentary evidence to establish the Bidder’s financial qualifications to perform the Contract,
if its bid is accepted, shall establish to the Purchaser's satisfaction, and
m) All other documents as specified in the bidding document.
Note: Bidders are advised to scan their aforementioned documents at 100 dpi (in Grayscale mode)
in “pdf” format for multiple pages with maximum file size of 25 MB.
Financial Bid :- The Financial bid will comprise the Bid Form and the Price Schedule as per
format given in the bidding document. The entry of rates for individual items shall be made by the
bidder both in figure and in words.
Important: Bid Form and the Price Schedule are to be uploaded only in e-procurement portal,
Submission of Original Documents : The bidders are required to submit - (a) original DD / Bank
Draft towards the cost of bid document, (b) original DD / Bank Draft / FDR being earnest money
for the amount and in the format provided in the bidding document and (c) original / certified
copy of Power of Attorney for signing the Bid along with (d) Original copy of the technical bid to
the Managing Director of ASDC for SC Ltd., Guwahati-6 before bid submission end date
Bid Form and Bid Prices : The Bidder shall complete the Bid Form and the Price Schedule
online, indicating the items to be supplied, a brief description of the goods, quantity offered and
the prices. The Bidder shall indicate on the Price Schedule the unit prices and total bid prices of
the items it proposes to supply under the Contract.
The bidders are mandatorily required to provide the following information in the price
schedule:-
 Description of Goods to be supplied,
 Specifications of the Goods,
 Unit price,
 Total price per line item [including Excise Duty if any, but excluding taxes],

7
 Transportation Costs (FOR final destination),
 Price for other services (e.g. Insurance, registration, etc. if any) required for delivery of the
items to their final destination,
 Sales and other taxes payable per item and
 The total price including Taxes /GST etc.
a. Fixed Price: The rates and prices quoted by the Bidder shall be fixed for the duration of the
Contract and shall not be subject to adjustment or variation on any account.
b. Currency: The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees.
8. Documents Establishing Bidder's Qualifications :
The Bidder shall furnish, as part of its bid, documents establishing the Bidder's qualifications in
respect of financial, technical, and production /Supply capabilities to perform the Contract if its bid
is accepted. The documentary evidence submitted by the Bidder to substantiate its qualifications to
perform the Contract shall be to the satisfaction of the Purchaser.
In the case of a Bidder offering to supply item under the contract which the Bidder does not
produce, the Bidder shall be duly authorized (as per authorization form given in Section-VIII by the
producer) to supply the goods under the contract for which the bid is issued.
Bids submitted shall include the information of the legal status, place of registration and principal
place of business of the company or firm or partnership, etc.
9. Period of Validity of Bids :
10.1 Bids shall remain valid for 02 (two) year after the deadline for submission of bids prescribed by
the Purchaser. A bid valid for a shorter period shall be rejected by the Purchaser as non-
responsive.
10.2 In exceptional circumstances, the Purchaser may solicit the Bidder's consent to an extension of
the period of validity. The request and the responses thereto shall be made in writing.
10. Format and Signing of the hard copy of the Technical Bid :
a. The Bidder shall prepare hard copy of the technical bid.
b. The hard copy of the technical Bid shall be signed by the Bidder or a person or persons duly
authorized to sign the Bid. The letter of authorization shall be indicated by written power-of-
attorney accompanying the bid. All pages of the bid shall be initialled by the person or persons
signing the bid.
c. Any interlineations, erasures or overwriting shall be valid only if they are initialled by the
person or persons signing the bid. Using of liquid eraser (white fluid) for any correction will not
be valid. Bids using white fluid may not be accepted.
d. In case of any discrepancy between the online bid and the hard copy of the technical bid, the
contents of the technical bid submitted online shall govern and shall be considered for
evaluation
11. Submission of Bids :
a. The Bidders shall upload the Technical and Financial Bid in https://assamtenders.gov.in and
submit the hardcopy of Technical Bid to the purchaser as mentioned in the IFB.
b. Submission of more than one bid in respect of supplies of the same category, same specified
items, and quoting different rates by same bidder shall disqualify a bidder.
c. A passport size photograph of the signatory of the bid shall be affixed on the Bid form.

8
12. Deadline for Submission of Bids :
a. Bids must be uploaded in the https://assamtenders.gov.in within the specific date and time
mentioned in the bid and hardcopy of the technical bid must be received by the Purchaser at the
specified address no later than the time and date specified in the Invitation for Bids (Section I).
In the event of the specified date for the submission of Bids being declared a holiday, the Bids
will be received up to the appointed time on the next working day.
b. The Purchaser may, at its discretion, extend this deadline for submission of bids by amending
the bid documents, in which case all rights and obligations of the Purchaser and Bidders remain
same for the extended period also.
13. .Withdrawal of Bids :
a. The Bidder may withdraw its bid after the bid's submission, provided that written notice of the
withdrawal is received by the Purchaser prior to the deadline prescribed for submission of bids.
b. The Bidder's withdrawal notice shall be written, sealed, and must reach to the Director, Welfare
of Scheduled Castes, Assam, Guwahati-6 before the deadline for submission of bids. Purchaser
will not be responsible for delay in transit;
c. No bid may be withdrawn in the interval between the deadline for submission of bids and the
expiration of the period of bid validity specified by the Bidder on the bid form. Withdrawal of a
bid during this interval may result in the Bidder's forfeiture of its bid security Earnest Money
Deposit, pursuant to ITB Clause 10.
14. Bid Opening and Evaluation of Bids :
a. The Purchaser will open all the technical bids, in the presence of Bidders' or his representatives
who choose to attend, at 3:00 PM on 18/01/2019 in the Office chamber of the Managing
Director, ASDC for SC Ltd., Guwahati-06
b. Financial Bids of the bidders whose bids are found to be technically qualified only will be
opened at a later date to be notified by the purchaser, and in the presence of the representatives
of technically qualified bidders who choose to attend. The purchaser will inform the time and
venue for opening financial bid to the technically qualified bidders through the website
https://assamtenders.gov.in;
c. The Bidders' representatives who are present shall sign a register indicating their attendance. In
the event of the specified date of Bid opening being declared a holiday, the Bids shall be opened
at the appointed time and location on the next working day.
d. The bidders’ names and the presence or absence of requisite ‘Earnest Money’ and such other
details as the Purchaser at its discretion may consider appropriate, will be announced at the
opening of Technical Bids. No bid shall be rejected at bid opening.
e. At the opening of Price Bid, bid prices, such other details as the Purchaser at its discretion, may
consider appropriate, will be announced.
f. Bids that are not submitted through the e-tendering system along with hard-copy of the
technical bid and not opened online and read out at the technical bid opening meeting shall not
be considered further for evaluation, irrespective of the circumstances.
g. The Purchaser will prepare minutes of the bid opening and upload the same in the website
https://assamtenders.gov.in .
15. Clarification of Bids :
During evaluation of bids, the Purchaser may, at its discretion, ask the Bidder for clarification
related to the information and documents submitted in the bid. The request for clarification and
the response shall be in writing and no change in prices or substance of the bid shall be sought,
offered or permitted.

9
16. Preliminary Examination :
a. The Purchaser will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been furnished, whether
the documents have been properly signed, and whether the bids are generally in order. Bids
from Agents / Dealer, without proper authorization from the producer (as specified in the Bid
document) as per prescribed format or any other acceptable to the purchaser, shall be treated as
non-responsive.
b. Arithmetical errors will be rectified on the following basis. If there is a discrepancy between
the unit price and the total price that is obtained by multiplying the unit price and quantity, the
unit price shall prevail and the total price shall be corrected. If there is a discrepancy between
words and figures, the amount in words will prevail. If the supplier does not accept the
correction of errors, its bid will be rejected and its bid security shall be forfeited.
c. The Evaluation / Expert Committee may waive any minor non-conformity in a bid with proper
logical reasoning which shall be reflected in the minutes of the meeting. However, non-
conformity relating to Earnest Money, Bid Validity, technical specification, Authorization
from principal shall not be treated as minor non-conformity in a bid.
d. Purchaser will determine the substantial responsiveness of each bid. A substantially responsive
bid is one which conforms to all the terms and conditions of the bidding documents without
any material deviations. The deviations from or objections or reservations to critical provisions
such as those concerning Earnest Money, Bid Validity, Technical Specification, Authorization
Certificate, Power of Attorney of the signatory of the bid, Qualification Criteria, Force
Majeure, and bids without signature or incomplete information in the Bid Form and Price
Schedule shall be deemed to be a material deviation.
e. If a bid is not substantially responsive, it will be rejected by the Purchaser and shall not
subsequently be made responsive by the Bidder by correction of the non-conformity.
17. Evaluation and Comparison of Bids :
a. The Purchaser will evaluate the bid in two stages i.e. technical bid first and thereafter price bid
of the technically qualified bidder, and compare the price bids of the technically qualified
bidders which have been determined to be substantially responsive.
b. Preliminary screening: Bids shall be summarily rejected if the following documents are not
furnished,
i. DD / BD towards the Cost of Bid Document.
ii. Hard copy of the Technical Bid.
iii. Earnest Money with required validity and amount not submitted as per provision of the bid.
iv. Bid validity not conforming to the provisions in the Bidding.
v. Offered article are not as per specification provided in the Bid.
vi. Non submission of manufacturer Authorisation Certificate in case of bidder who is not
manufacturer.
During evaluation of the bid, the purchaser at his own discretion may ask for clarification /
cross verify from the source or point of reference given by the bidder. If no response received
from the source or point of reference given by the bidder, the purchaser may not accept the bid.
The bid will be rejected and its Earnest Money may be forfeited if any discrepancy/
misrepresentation of fact is detected during the cross verification.
c. The Purchaser's evaluation of technical bids found to have qualified during Preliminary
screening will take into account the following:

10
A. Technical Evaluation of Bids :
The technical evaluation shall be strictly based on the Qualification Criteria provided at Section-
V of the bidding document. The assessment will inter alia into account the Bidder's financial,
technical and production/past performance. It will be based upon an examination of the
documentary evidence submitted by the Bidder, as well as such other information as the
Purchaser deems necessary and appropriate.
B. Financial Evaluation of Bids :
i. Price Bids of those bidders who have qualified on technical evaluation shall be considered for
financial evaluation.
ii. The Purchaser's evaluation of a bid prices will not take into account all the sales and other
taxes which will be payable on the goods if a contract is awarded to the Bidder, i.e. the bid
prices of the technically qualified and responsive bidders shall be compared on the basis of
prices quoted in Column-9 of the Price schedule.
iii. In case where more than one bidder quoting the same rate for the same items and if the
purchaser has any reason to believe that there is collusion in such cases, then all the bids in
collusion shall be rejected.
d. The list of successful and unsuccessful bidder will be published in the website
https://assamtenders.gov.in.
18. Contacting the Purchaser :
a. No Bidder shall contact the Purchaser on any matter relating to its bid, from the time of the bid
opening to the time the Contract is awarded. If the bidder wishes to bring additional
information to the notice of the purchaser, it should do so in writing.
b. Any effort by a Bidder to influence the Purchaser in its decisions on bid evaluation, bid
comparison or contract award may result in rejection of the Bidder's bid.
19. Award Criteria :
The Purchaser will award the Contract to the successful Bidder(s) :-
a. -whose technical bid has been determined to be substantially responsive to the requirements
including the commercial terms & conditions stipulated in the bidding document,
b. -the Technically responsive bidder who has quoted the lowest evaluated bid price for the items.
20. Purchaser's Right to accept any Bid and to reject any or all Bids :
The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and
reject all bids at any time prior to contract award, without thereby incurring any liability to the
affected Bidder or bidders.
21. Notification of Award :
a. The Purchaser will notify the successful bidder (s) in writing by registered letter or by email or
fax, that its bid has been accepted.
b. Upon the successful Bidder (s) furnishing of performance security pursuant to General
Conditions of Contract (GCC) Clause 4, the Purchaser will promptly discharge its bid security /
Earnest Money to unsuccessful Bidder.
c. If, after notification of award, a Bidder wishes to ascertain the grounds on which its bid has not
been selected, it should address its request to the Purchaser. The Purchaser will promptly
respond in writing to the unsuccessful Bidder.
22. Signing of Contract :
Within 07 (seven) days of receipt of the Notification of Award of supply order, the successful
bidder shall have to attend the Office of the Managing Director, ASDC for SC Ltd., Dispur,
Guwahati-06 and sign and date the Contract and return it to the Purchaser.

11
SECTION III: GENERAL CONDITIONS OF CONTRACT (GCC)

1) Definitions: In this Contract, the following terms shall be interpreted as indicated:


i. The “Contract" means the agreement entered into between the Purchaser and the Supplier, as
recorded in the Contract Form signed by the parties, including all the attachments and
appendices thereto and all documents incorporated by reference therein;
ii. “The Contract Price" means the price payable to the Supplier under the Contract for the full
and proper performance of its contractual obligations;
iii. "The Items" means the “Dipbahan Tricycle Rickshaw, Designed by IIT Guwahati “
along with all the implements and accessories which the Supplier is required to supply to the
Purchaser under the Contract;
iv. "Services" means services ancillary to the supply of the Items, such as transportation etc, and
any other incidental services of the Supplier covered under the Contract as per this Bid
document.
v. “GCC” mean the General Conditions of Contract contained in this section.
vi. “The Purchaser” means the organization purchasing the Items.
vii. “The Supplier” means the individual or firm supplying the Items and Services under this
Contract.
2) Application : These General Conditions shall apply to the extent that they are not superseded by
provisions in other parts of the Contract.
3) Standards : The Items supplied under this Contract shall conform to the standards mentioned in
the Technical Specifications
4) Inspections and Tests :
4.1 The authorized representative (s) of the Purchaser shall have the right to inspect and / or to
make arrangement for test of the machineries to be delivered by the supplier/bidder under
the contract.
4.2 Pre Delivery Inspection (PDI) of the stock to be delivered will have to be arranged at the
bidder stock yard by the successful bidder at his cost.
4.3 The inspections may be conducted on the factory of the Producer / Store of the Dealer /
Supplier or it’s at point of delivery and/or at the final destination. If conducted on the
premises of the Supplier all reasonable facilities and assistance, production data, quality
testing data, etc. shall be furnished/ made available to the inspectors at no charge to the
Purchaser. The purchaser will bear the cost of travelling, boarding & lodging etc. of its
authorized representatives for the inspections.
4.4 If any inspected or tested machineries fail to conform to the specifications, the Purchaser
may reject the machineries and the Supplier shall either replace the rejected machineries or
make alterations necessary to meet specification requirements free of cost to the Purchaser.
4.5 The execution of a test and/or inspection of the machineries or any part thereof, nor the
attendance by the Purchaser or its representative, nor the issue of any report shall release the
Supplier from all the performance obligations of the supplier under the Contract;
5) Warranty: Normal warranty condition offered by the
company in case of defective materials up to 6 months minimum will be applicable in this
procurement also. The item shall be under warranty for a period of 6 months from the date of
delivery to the consignee. Manufacturer shall furnish terms of warranty along with the offer.
If, for reasons not attributable to consignee these warranty terms are not attained in whole or

12
in part, the local agent of the manufacturer shall take appropriate steps to remedy the defects,
and failing which replace the “Dipbahan Tricycle Rickshaw” or accessories or any part thereof
as may be necessary in order to attain the desired performance of the Dipbahan Tricycle
Rickshaw , at supplier’s own cost, within a maximum period of 30 days from the date of
receipt of such notice from the concerned consignee. If the local agent of the manufacturer,
having been notified, fails to remedy the defects within the specified period, the Managing
Director of Welfare of ASDC for SC Ltd., may proceed to take such remedial action as may
be necessary,.
6) Packing :
The Supplier shall provide such packing of the machineries as is required to prevent their
damage or deterioration during transit to their final destination as indicated in the Contract. The
packing shall be sufficient to withstand, without limitation, rough handling during transit and
exposure to extreme temperatures, salt and precipitation during transit.
7) Delivery and Transportation :
7.1 The supplier shall inform the purchaser about the scheduled delivery of the goods in writing
at least 03 (three) days ahead to the delivery planned.
7.2 The items under contract shall have to be delivered by the supplier within maximum 30 days
from the date of receiving the award of contract.
7.3 The cost related the activities above shall be included by the bidders in their quoted bid
price.
8) Insurance: The Supplier shall have to obtain insurance for the transit of the items and hence
shall include the related cost in the Bid Price.
9) Payment: The Supplier's request(s) for payment shall be made to the Purchaser in writing,
accompanied by the following documents:
i) Three Copies of the Supplier invoice showing contract number, item description, quantity,
unit price, total amount.
ii) Acknowledgement of receipt of the items as per specification from the Consignee.
iii) Inspection certificate/ Quality testing report wherever applicable.
iv) Any other document(s) required during payment as specified in this bidding document.
10) Delays in the Supplier's Performance :

10.1 Delivery of the machineries and performance of the Services shall be made by the Supplier in
accordance with the provisions stipulated in the bidding document.
10.2 If at any time during performance of the Contract, the Supplier or its representative should
encounter conditions impeding timely delivery of the machineries and performance of
Services, the Supplier shall promptly notify the Purchaser in writing of the fact of the delay,
it’s likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s
notice, the Purchaser shall evaluate the situation and may, at its discretion, extend the
Supplier’s time for performance with or without liquidated damages, in which case the
extension shall be ratified by the parties by amendment of the Contract Agreement.
Notwithstanding anything contain in the biding document, if the delay is beyond the
recommended sowing time, then no extension shall be made.
10.3 Except due to Force Majeure event, a delay by the Supplier in the performance of its delivery
obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to
GCC Clause 11, unless an extension of time is agreed upon pursuant to GCC Clause 11.2
without the application of liquidated damages.
11) Liquidated Damages: If the Supplier fails to deliver any or all of the items within the period
(s) specified in the bidding document, the Purchaser, without prejudice to the other remedies
under the Contract, shall deduct from the Contract Price, as liquidated damages, a sum
equivalent to 2% of the contract price per day of delay subject to a maximum deduction 14% of
the contract price. Once the maximum liquidated damage of 14% is reached, the Purchaser may
terminate of the Contract as per provisions of the bidding document.

13
12) Termination for Default :
12.1 The Purchaser may, without prejudice to any other remedy for breach of contract, by
written notice of default sent to the Supplier, terminate the Contract in whole or part:
a. If the Supplier fails to deliver any or all of the items within the period(s) specified in the
Contract/ Work Order , or within any extension thereof granted by the Purchaser; OR
b. If the Supplier fails to perform any other obligation(s) under the Contract.
c. If the Supplier, in the judgment of the Purchaser has engaged in fraud and corruption.
12.2 In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCC Clause,
the Purchaser may procure, upon such terms and in such manner as it deems appropriate,
machineries or Services similar to those undelivered, and the Supplier shall be liable to the
Purchaser for any excess costs for such similar machineries or Services. However, the Supplier
shall continue the performance of the Contract to the extent not terminated.

12) Termination for Insolvency:


The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, if the
Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without any
compensation to the Supplier.
13) Termination for Convenience:
14.1 The Purchaser, by written notice sent to the Supplier, may terminate the Contract, in whole or in
part, at any time for its convenience. The notice of termination shall specify that termination is for the
Purchaser's convenience, the extent to which performance of the Supplier under the Contract is
terminated, and the date upon which such termination becomes effective.
14.2 In such event, payment for the items that are already supplied and accepted by the Purchaser
shall be made at the Contract terms and prices.
14) Settlement of Disputes :
14.2 The Purchaser and the supplier shall make every effort to amicably resolve any disagreement or
dispute arising between them under or in connection with the Contract.
14.3 If, after ten (10) days, the parties have failed to resolve their dispute or difference by such mutual
consultation, then either the Purchaser or the Supplier may give notice to the other party of its
intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no
arbitration in respect of this matter may be commenced unless such notice is given in writing.
14.4 Arbitration proceedings shall be conducted in accordance with the Acts and rules of procedure
interpreted in accordance with the laws of the Union of India, including the Arbitration and
Conciliation Act as amended till date and within the Jurisdiction of Hon’ble Gauhati High Court.
14.5 Arbitration proceedings shall be held at Guwahati, Assam, and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be English.
15) Taxes and Duties: Suppliers shall be entirely responsible for all taxes (GST), duties, license fees,
octoroi, road permits, etc., incurred until delivery of the contracted machineries to the Purchaser.
16) Fraud and Corruption :
Defines, for the purposes of this provision, the terms set forth below as follows:
i) “Corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, of
anything of value to influence the action of a public official in the procurement process or in
contract execution;
ii) “Fraudulent practice” means a misrepresentation or omission of facts in order to influence a
procurement process or the execution of a contract;
iii) “Collusive practice” means a scheme or arrangement between two or more Bidders, with or
without the knowledge of the borrower, designed to establish bid prices at artificial, non
competitive levels; and
iv) “Coercive practice” means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the procurement process or affect the execution of a
contract;

14
SECTION IV: TECHNICAL SPECIFICATIONS
Definition:-

Section-1A

Technical Specification of Dipbahan Tricycle Ricksaw outsourced components

Following outsource components must be of KW brand and tyre/tube of Ralson Brand(Heavy


duty)

SI. NO. Description Quantity


1 10 gauge rim of 28''x11/2'' size 3 Nos.
2 10 gauge spoke 40 nos. x3 120Nos.
3 10 gauge front hub 1 Nos.
4 10 gauge back hub 1 Pair
5 Heavy duty tyre 28''x11/2'' size 3 Nos.
6 Tube(heavy duty) 3 Nos.
7 Front mud guard 1 Nos.
8 Rear mud guard 2 Nos.
9 Fork guard 1 Pair
10 Fork 1 Nos.
11 Screw Racer 1 Set
12 Ball racer 1 Set
13 1/4 bal apollo 1 Packet
14 Handle 1 Nos.
15 Rickshaw brake set 1 Set
16 Bell 1 Nos.
17 Handle fitted rear view mirror 2 Nos.
18 Main axle 1 Nos.
19 06 socket 2 Nos.
20 06 bearing 1 Pair
21 06 bearing cover 1 Pair
22 BB socket 1 Nos.
23 BB axle black 1 Nos.
24 BB cup black 1 Set
25 Gear crank -48T 1 Set
26 Pedal 1 Pair
27 Cotter pin 2 Nos.
28 5/4 ball center 1 Packet
29 22 teeth freewheel 1 Nos.
30 freewheel plate 29 teeth 1 Set
31 Freewheel socket 1 Nos.
32 Heavy duty chain 1 Nos.
33 10'' seat pillar 1 Nos.
34 Seat pillar socket 1 Nos.

15
35 Seat complete 1 Nos.
36 Heavy duty frame cup 1 Set
37 Frame socket 4 Nos.
38 Head pipe 1 Nos.
39 Lock 1 Nos.
40 Rear end reflector 2 Nos.

Section-1B

Technical Specification of Dipbahan Tricycle Ricksaw


All the materials should be of standard brand with good quality (Preferably with BIS certification)

SI.No. Description of materials Quantity


1 MS tube 19mm dia,350 Gms/Rft 60 RFT-21 KG
2 MS flat 40x6mm,400 Gms/Rft 15 RFT-2 KG
3 MS Flat 50x4mm,700 Gms/Rft 1.4 RFT-1 KG
4 MS ANGLE 40X40x5mm,660 Gms/Rft 1.1 RFT-0.725 KG
5 MS flat 25x4mm,180 Gms/Rft 1.1 RFT-0.2 KG
6 MS square tube 40x20x2mm,1.250 Gms/Rft 20 RFT-25 KG
7 Welding rods 1 Packet
8 Vinyl fabric for hood seat,rain guard flap 4 meters
9 Wood for seat 12''x1''x18'' 1.0 Cft.
10 Sponge for seat 4 sqft.
11 Nuts and bolts etc. 1 kg.
12 DUCO automotive putty 0.25 kg.
13 DUCO primer & surfacer 1.0 litre
14 DUCO paints 1.0 litre
15 DUCO thiner 1.5 litre

Section-1C
Technical Specification of Dipbahan Tricycle Ricksaw
All the materials should be of standard brand with good quality

SI.No. Description of materials


1 Back panel (LXBXD)875X825X50MM,weight 3.00 kg
2 Combined seat (LXBXD)830X550X530MM,weight 4.50 kg
3 Floor board front (LXBXD)895X385X50MM,weight 3.00 kg
4 Floor board rear (LXBXD)895X485X35MM,weight 2.50 kg
5 side panel-left and right (LXBXD)460X405X45MM2x1.50 kg each
Total Wieght of FRP components 16.00 kgs

16
SECTION - V : QUALIFICATION CRITERIA
All the bidders submitting their bids against this bid must submit the qualification requirements
information as per the format “Format for Qualification Requirement” provided below TOGETHER
WITH THE RELEVANT SUPPORTING DOCUMENTATION. The formats inter alia also include
the Performa for Performance statement.

1. The Manufacturer/Supplier/Dealer must be in the business of design and production of


Dipbahan Tricycle Rickshaw, since at least last 5 years. Towards fulfillment of this,
supporting documents such as copies of manufacturers statutory registration certificates;
principal place of business and location of factory/ factories; and copies of audited Profit
And Loss statement with Balance Sheet of last 3 years shall be enclosed with the offer
including year wise total production and sale of Dipbahan Tricycle Rickshaw during last 3
years.
2. The bidder, must have satisfactorily supplied, Dipbahan Tricycle Rickshaw to Government
Departments under Govt. of Assam during last 3 years at par with the technical specifications
of the Model and make of Dipbahan Tricycle Rickshaw offered by the bidder in this bid,
towards fulfillment of this supporting documents from the purchasers to be furnished. It will
be evaluated for consideration at time of evaluation of Technical Bid.
3. Product offered shall have relevant ISI/BIS and equivalent International certification and the
same have to be supplemented with documentary support from the appropriate authority for
both the Engine and Pump
4. The manufacturer / bidder should give an undertaking for providing onsite service at call
within 30 days during warranty period and provide a plan for provision of after-sales service
and annual comprehensive after-sales service for the next three years.
5. All bids submitted shall also include the following information/documents:

i. Copies of original documents defining the constitution or legal status, place of registration
and principle place of business of the company or firm or partnership, etc.
ii. Reports on financial standing of the Bidder such as profit and loss statements, balance
sheets and auditor’s report for the past three years, banker’s certificates, etc.
iii. Brief write-up, backed with adequate data, explaining his available capacity and
experience (both technical and commercial) for the manufacture and supply of the required
systems and equipment within the specified time of completion after meeting all their
current commitments.
iv. Past supplies and satisfactory performance in the prescribed format given below.
v. Confirm in clear terms that all the facilities exist in his factory for inspection and testing
and these will be made available to the Purchaser or his representative for inspection.
vi. Details of Service Centres and information on service support facilities that would be
provided after the warranty period. Documentary evidence of list of Service Centres is to
be submitted.

17
FORMAT FOR QUALIFICATION REQUIREMENT

All the bidders submitting their bids against this bid must submit the qualification requirements along
with the information in the following formats together with the relevant documentation:

1. Name and address of Bidder


2. Address:
3. Phone: Telex: Fax
4. Classifications of Bidder: Manufacturer/ Authorized Agent/ Dealer / Others, please specify
5. Balance Sheet (Attach audited copies of past 3 years,).
6. Licensed capacity to manufacture

Description of Licensed No. of Units Manufactured during last


Size capacity
equipment capacity three years

7. Describe Quality Control Arrangement, if any, and give the organization Chart.
a) Are goods offered subject to batch test, random sampling or full 100% test for quality?
b) Are tests carried out by factory employees or by a separate testing agency?
c) Are independent Quality Control Organization checks made and certificates issued?

8. Location of Plant/ Factory (Complete Address):


9. Nos. of offered model of Dipbahan Tricycle Rickshaw supplied in the state of Assam
during last 3 years
Nos. of
...................................................
Name of the Brand and make of
supplied in the state of Assam To whom supplied
.............................................
during last 3 years (Give Year
wise)

18
10. Format for Performance Statement For the period of last (3) three years

Order placed by Order Description Value Date of completion Remarks Has the
(full address of No. and and of of delivery indicating equipment been
Purchaser) date quantity of order reasons for satisfactorily
ordered late functioning?
equipment As per Actual delivery, if (Attach a
contract any certificate from
the Purchaser/
Consignee)

Signature and seal of the Bidder

Signature of the Bidder _________________________

Business Address ______________________________

19
SECTION VI: BID FORM AND PRICE SCHEDULE BID FORM
Date :........................................ Ref. IFB No :....................................

TO: (Name and address of purchaser)


Gentlemen and/or Ladies:

Having examined the Bidding Documents against the IFB No... ............ [insert numbers], the receipt
of which is hereby duly acknowledged, I/we, the undersigned, offer to supply and deliver
....................................................... (Description of machineries along with accessories & implements)
in conformity with the said bidding documents for the sum of .....................(Total bid amount in
words and figures) for each . ........................................................................... with all accessories and
implements inclusive of transportation and other incidental services as stated in this bidding
document or such other sums as may be ascertained in accordance with the Schedule of Prices
attached herewith and made part of this bid.
I/We undertake, if our bid is accepted, to deliver the machineries in accordance with the delivery
schedule specified in the Award of contract.
If our bid is accepted, we will furnish a Performance Security in a sum equivalent to 5% percent of
the Contract Price for the due performance of the Contract, in the form prescribed by the Purchaser.
I/We agree to abide by this bid for the specified Bid validity period and it shall remain binding upon
us and may be accepted at any time before the expiration of that period.
Until a formal contract is prepared and executed, this bid, together with your written acceptance
thereof and your notification of award shall constitute a binding Contract between us. I/We
understand that you are not bound to accept the lowest or any bid you may receive.

Declaration by the Bidder:

I/We have read and understood the Terms and conditions relevant to Bid reference to IFB No.
............................. dated the ........ day of ............(month) 2018 and I have submitted the bid in
accordance with the terms and conditions of the above referred bidding document.
The information furnished in the bid are true and factual and I/We clearly understand that my/our tender
is liable for rejection , if any information furnished is found to be not true and not factual at any point
of time and the department will have right to initiate action deemed fit.
Further, I/We do hereby declare that in case after receiving the supply order I/We am/are unable or fail
to supply the quantity, within the time stipulated by the purchaser for whatsoever reason, the purchaser
shall have the right to cancel the supply order/terminate the contract agreement, reject the machineries to
be supplied under the contract and also forfeit my/our performance security and I/We shall also be liable
for other penal action as per provisions of the bidding document.

Place: Date : Seal and

Signature of the Bidder

Affix a passport size photograph of the bidder

Dated this ....... day of ............................ 2019

(signature)(in the capacity of)

(Name with Seal)


Duly authorized to sign Bid for and on behalf of the bidder

20
PRICE SCHEDULE

Quoted price for the item in Schedule No-


Ref. IFB No: _______________________

1 2 3 4 6 7 8 9
Price for other
services (e.g. Sales and Total price
Description Insurance, Total Price per other including
of storage, etc.) line item taxes Taxes (7+8)
Sl. No. Specification Unit price
Machineries required for (Col. 4+5+6) (GST) (both in
to supplied delivery of the payable figure and
Goods to their per item. word)
final destination
[insert [insert name of
[insert the
number machineries, [insert unit insert total price per
corresponding price
of the accessories & price] item
per line item]
item] implements]

Date:_________________________

(Name with Seal)


Duly authorized to sign Bid for and on behalf of the Bidder
_____________________________________________________

21
SECTION VII: CONTRACT FORM
THIS AGREEMENT made the .......day of.................................., 20... Between ..........................(Name
of purchaser)of ..............(Address)( hereinafter called "the Purchaser") of the one part and
..................... (Name of Supplier) of......................... (Address) (Hereinafter called "the Supplier") of
the other part : WHEREAS the Purchaser is desirous that certain Items and ancillary services viz.,
..................................... (Brief Description of machineries and Services) and has accepted a bid by the
Supplier for the supply of those machineries and services in the sum of .............................. (Contract
Price in Words and Figures) (hereinafter called "the Contract Price").

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz.:
a) the Bid Form and the Price Schedule submitted by the Bidder;
b) the Technical Specifications;
c) the General Conditions of Contract; and
d) the Purchaser's Notification of Award.
3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter
mentioned, the Supplier hereby covenants with the Purchaser to provide the machineries and
services and to remedy defects therein in conformity in all respects with the provisions of the
Contract.
4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the
machineries and services and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.
5. Brief particulars of the machineries and services which shall be supplied/provided by the
Supplier are as under:

SL. Brief description of goods Quantity to be supplied Unit Total Delivery


No. & services price price terms

TOTAL VALUE:
DELIVERY SCHEDULE:

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance
with their respective laws the day and year first above written.

Signed, Sealed and Delivered by the Signed, Sealed and Delivered by the

said ..................................................... said .....................................................


(For the Purchaser) (For the Supplier)

in the presence of:....................................... in the presence of:.......................................

22
SECTION VIII
Manufacturer’s Authorization

[The Bidder shall require the Manufacturer to fill in this Form (FOR KEY ITEMS) in accordance
with the instructions indicated. This letter of authorization should be on the letterhead of the
Manufacturer and should be signed by a person with the proper authority to sign documents that are
binding on the Manufacturer.]

Date: [insert date (as day, month and year) of Bid Submission]

IFB No.: [insert number of bidding process]

To: [insert complete name of Purchaser]

WHEREAS

We [insert complete name of Manufacturer], who are official manufacturers of [insert type of goods
manufactured], having factories at [insert full address of Manufacturer’s factories], do hereby
authorize [insert complete name of Bidder] to submit a bid the purpose of which is to provide the
following Goods, manufactured by us [insert name and or brief description of the Goods], and to
subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 6 of the General
Conditions of Contract , with respect to the Goods offered by the above firm.

Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]

Title: [insert title]

Dated on ____________ day of __________________, _______ [insert date of signing]

23

You might also like