TENDER ENQUIRY NO. BCL /AB/ BOXN (rehab)/ components/ AW Dated

Similar documents
Tender Enquiry No: BCL/PUR/ 400 T Hyd. M/c.- P.No.183/ VW/18 Dated:

TENDER ENQUIRY NO. BCL / PUR / KSR / CABLES/CW&AW/2019 Dated Due on Cable Specification Make Qty. Reqd.

Tender No: BCL/PUR/KSR/Fire Extinguisher/CW/2019 Dated: Due date :

Tender Enquiry No: BCL/PUR/GANTRY RAIL REPAIR/SS/ Dated:

BURN STANDARD COMPANY LIMITED

Tender No.: BCL/RD/CAR-VW/2019 March 19, 2019

BURN STANDARD COMPANY LIMITED

BURN STANDARD CO. LTD.

TENDER DOCUMENT. Ref: CMPDI/RI-VII/DG/Liveries/5.25/2018/ 2596 Dated: 15/01/2018

Ref : MM/HO/BRN 22.9/BO/16-17/85 Date :

BALMER LAWRIE & CO. LTD. [A Govt. of India Enterprise] Warehousing & Distribution No.1, Sonapur Road Kolkata Phone No.

OPEN TENDER ENQUIRY NO. BCL / PUR /STRUCTURE / 1500 / CW-VW / 2018 / 2 dt

LIMITED TENDER. No. PUR/HMB/17/968437/IS-5085 Dated: We intend to procure the items as per enquiry schedule given below:

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: BL/LC/MAN/SO2/LT/201718/0176 Dated: Due date:

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

TELEPHONE: (5 LINES) FAX: TENDER NO : T-14/14-15

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

NOTICE INVITING TENDERS

BALMER LAWRIE & CO. LTD.

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

BHARAT COKING COAL LIMITED

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: BL/LC/MAN/SBS/LT/201718/0260 Dated: Due date:

LIMITED TENDER. No. PUR/HMB/15/968373/IS Dated: ENQUIRY SCHEDULE

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

Tender Specification No.: 05 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE

Tender Document. T e n d e r N o.: 253-ITPO (9)/ST/ TENDER. for

Bharat Heavy Electricals Limited

ICSI HOUSE, C-36, Sector-62, Noida

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

SITC OF SMF BATTERIES AT OUR DATA CENTRE SHIVAJI NAGAR PUNE.

NOTICE INVITING QUOTATIONS FOR SUPPLY& INSTALLATION OF PIGEON NET AT NID GANDHINAGAR

TENDER DOCUMENT FOR PURCHASE OF: HIRING OF INDICA CAR (A.C) Tender Number: /ADMN, Dated:

TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF BANK NOTE COUNTING MACHINE-CUM-AUTHENTICATOR.

Split Air Conditioner and Stabilizer At

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

Central University of Orissa

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

LIMITED TENDER. No. PUR/HMB/17/968442/IS Dated:

Odisha Power Generation Corporation L i m i t e d IB Thermal Power Station

INDIAN INSTITUTE OF SCIENCE BENGALURU

Phone No

MADRAS FERTILIZERS LIMITED (A Govt. of India Undertaking) Manali, Chennai Ph.No:

Limited Tender. Annexure A

No. CUK/Tender/ /FW Renewal/4 Date: TENDER NOTICE FOR RENEWAL LICENSE OF CYBEROAM CR750IA UTM FIREWALL THROUGH E-PROCUREMENT MODE

Central University of Orissa

CENTRAL UNIVERSITY OF RAJASTHAN NH-8 Jaipur-Ajmer, Bandarsindri, Kishangarh, Dist. Ajmer

Tender for Supply of LED Light Fittings for Bank s Main Office Building at Lucknow. Part I

TENDER NO: BCL/RD/Valuer/P & M/ December 23, 2017

NIT NO: 25/OMC/ MAT/16 Dated: NOTICE INVITING TENDER SUPPLY OF BIO METRIC ATTENDANCE SYSTEMS FOR OMC LTD.

TENDER NO: BLC/CFS/PIPE LINE PAINTING WORK /28 Dt Tender Document for. Carrying out painting of fire water pipe line work

ICSI HOUSE, C-36, Sector-62, Noida

QUOTATION ENQUIRY HOSTEL FURNITURE

Deionizing Water Purifier

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

GST NO: 36AAACT8873F1Z1

II) Tender Notice for Drinking Water Coolers

ICSI HOUSE, C-36, Sector-62, Noida

Special Instructions:- To,

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE

Leasing Roof-top of KSINC Ferry Terminal, Marine Drive.

NATIONAL INSTITUTE OF FASHION TECHNOLOGY. (Ministry of Textiles, Govt. of India) Chennai

Jodhpur Zone Jashoda Tower, Aakhaliya Circle, Jodhpur (Rajasthan) Tel: ,

Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018

Aland Road, Kadaganchi Kalaburagi CENTRAL UNIVERSITY OF. Phone: KARNATAKA

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

Tender No 18 / GM / CARD / ENVT / LTE / Dt

West Bengal Renewable Energy Development Agency. Draft General Terms & Conditions of the Tender

Tender. For UPS. All India Institute of Medical Sciences, Jodhpur

VISAKHAPATNAM PORT TRUST MATERIALS MANAGEMENT DEPARTMENT TENDER FORM

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

V) Tender Notice for Power Tiller with Trolley

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

TENDER DOCUEMNTS FOR SUPPLY OF CONTAINER SEAL [ONE TIME LOCK]

ICSI HOUSE, C-36, Sector-62, Noida

Tender for Printing of Individual Insurance Certificate

No. 532/D/21/16/14-15 Date : RATE CONTRACT TENDER FOR SUPPLY OF LAUNDRY CHEMICALS

MMTC LIMITED NEW DELHI. No. MMTC/A 278/2001 2/CT Dated : NOTICE INVITING TENDER

CIN: U45202CH1974SGC003415

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

No.1988 Date. 06/09/2017. Detail Quotation Call Notice for Supply of Hot Air Oven for Sterilization of Glass Bottles.

SETTING UP OF BUSINESS CENTRE DURING 57 th AND 58 th EDITION OF INDIA INTERNATIONAL GARMENT FAIR (IIGF) TO BE HELD DURING JULY, 2016 AND JANUARY, 2017

at 13:30 hrs

NSIC- Technical Services Centre (A Government of India Enterprise) Okhla Industrial Estate, Phase - III Near Govindpuri Metro Station New Delhi

Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& Indian Institute of Technology Guwahati,

Other terms & conditions of Tender for Supply of Software Licenses dated August 31, 2016 remains the same.

CRFQ No E - TENDER No. : 16507

TENDER ENQUIRY. Sub: Annual Rate Contract for the Supply of V-belt, Coupling and Bearing

F. No. D-21014/17/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

BHARAT SANCHAR NIGAM LIMITED. (A Govt. of India Enterprise) OFFICE OF THE PRINCIPAL REGIONAL TELECOM TRAINING CENTRE THIRUVANANTHAPURAM

Transcription:

MINISTRY OF RAILWAYS HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 700 043, TEL (033) 2439-7415, 2439-4114, 2439-6613, 2439-7413. FAX: +91 33 2439 7632 / 5607 E-mail : braithwaite_co@yahoo.com, web site: www.braithwaiteindia.com CIN- U74210WB1976GOI030798 TENDER ENQUIRY NO. BCL /AB/ BOXN (rehab)/ components/ AW Dated 08.04.2019 To, M/s. Sealed Tenders in single Bid System are invited for supply of various type BOXN (rehab) wagon components suitable for BOXN (rehab) wagon. Spec./Drg. As per RDSO norm. 1. Closing of tender Box: 14.30 hrs. On 17.04.2019 2. Opening of Part-I bid of the tender: 15.00 hrs. On 17.04.2019 The offer should comprise of two parts as under: - Part-I Part-II : Techno-commercial bid : Price Bid Both, Part-I & Part-II bids of the quotation shall be inserted in two (2) separate envelopes, being sealed and super-scribed. These two envelopes shall be put into 3 rd envelope which should also be sealed and super-scribed our tender no., date, due date & box no. In case of hand delivery, the sealed tender shall be dropped directly in our Tender box no. 2 within due date of tender submission. No offer shall be accepted after closing of the Tender Box in whatsoever mode of receipt. Sealed Tender is to be addressed to Sr.Manager (purchase), Braithwaite & Co. Ltd., 5, Hide Road, Kolkata 700 043. The techno commercial bid (Part-I) and price bid ( part -11) of the tender shall be opened on 17.04.2019 at 15.00 hrs. Party may depute their authorized representative during opening of the tender. Tender documents can also be downloaded from our website www.braithwaiteindia.com. For Braithwaite & Co. Ltd.

Page -2 A. Bidder(s), who shall submit offer(s) against website display of this tender, they should submit the following documents along with the techno-commercial bid of the offer. 1) Experience documents related supply of any wagon components successfully executed during last 7 (seven) years ending on 31.03.2019. Such experiences should cover execution of 1 (one) order of value not less than Rs. 13.75 Lakh or 2 (two) orders having each value not less than Rs.8.60 Lakh or 3 (three) orders having each value not less than Rs.6.90Lakh. Copies of orders along with completion documents are to be submitted. 2) Audited /C A certified Balance Sheet and Profit & Loss accounts for last three years ending on 31.03.2014. The bidder should have Annual average turnover of Rs.5.15 Lakh during last three years ending on 31.03.2019 and should have earned net profit in any of the above last three years. 3) Copy of the PAN, Trade license, Sales Tax registration cerificate & income tax return for the last three years. B. Following documents to be submitted along with the techno-commercial bid (Part- I) of the offer: 1) Copy of the valid trade licence. 2) For NSIC/MSME/SSI registered bidders, copy of valid documents along with indication for ownership (i.e. whether the owner is of SC /ST category). In case the owner is of SC /ST category, necessary documents is to be submitted. 2) Copy of GST registration certificate. C. Scope Of Supply ( Item description & specification): Supply of various type wagon components suitable for BOXN (rehab) wagons as per RDSO Drawing & Specification. SL. no Item Descriptions Drg. No. / Specification for BOXN (rehab) wagon. Total quantity 1 Door Hinge straight (long) As per RDSO norm 1740 nos. 2 Door Hinge straight (short) Do 870 nos. 3 Flap Door chainless cotter Do 1740 nos. 4 Flap Door chainless cotter Rivet Do 4640 nos. 5 Door Hand Hold Do 1740 nos. 6 Door Hinge foot Do 1160 nos. 7 PIN for Hinge (20x99 lg) Do 3480 nos. 8 Locking Bolt with PIN Do 2320 nos. 9 Door check spring Do 580 nos. 10 Tarpaulin Clit Do 4350 nos.

Page-3 NOTE: The supplier shall be responsible for supply of the above wagon components as required for meeting relevant specifications, drawing, items, quantities etc. for the above wagons. In case of any query before quoting, bidders may contact Sr. Manager (purchase) - AW for clarification, if any. No claim shall be entertained afterwards. D. The Techno-Commercial Bid (Part-I) : 1) Earnest Money Deposit (EMD) : Rs.10,000/- (Rupees Ten thousand only) EMD shall be submitted either in the form of DD / Pay Order drawn in favour of `BRAITHWAITE & CO.LTD.' payable at Kolkata or in the form Bank Guarantee. Firms registered with DGS&D, SSI units registered with NSIC, MSME Units for the tendered item and RDSO approved vendors for the tendered item and PSU units may be exempted from submission of EMD. The earnest money is liable to be forfeited if the tenderer withdraws or amends, impairs or derogates from the tender in any respect within the period of validity of this tender. Earnest Money lodged by unsuccessful tenderer shall be refunded to them immediately after finalization of a tender. In case of the successful tenderer, the same shall be retained by the Company, till submission of security deposit or if so decide by the tenderer adjusted against Security Deposit for the said job. 2) SECURITY DEPOSIT: For due fulfilment of the contractual obligations, the successful bidder shall furnish Security Deposit within 15 days of receipt of Purchase order in the form of Bank Guarantee (as per format provided by the Purchaser)/ Demand Draft / Pay order which shall remain valid till completion of contract period plus 6 months for catering to Warranty / Guarantee period of spares. The amount of Security Deposit will be 5% of contract value. The proceeds of the security deposit or proceeds on invocation of BG submitted as S.D. shall be payable to the purchaser as compensation for any loss resulting from the contractor s failure to complete its obligations under the contract. Security Deposit may also be built up by deducting the amount proportionately from each bill of the contractor on their request. However, 50% of the total amount of Security Deposit is to be deposited by the successful bidder on receipt of Purchase Order. Balance 50% may be recovered from running bill. In respect of Firms registered with SSI, NSIC, MSME Units, DGS & D, RDSO and PSU units SD may be waived. As and when an amendment is issued to the contract, the contractor shall within 15 days of the receipt of such an amendment furnish to the purchaser an amendment to the security deposit. 3) Performance Guarantee:- The contractor shall also submit a Performance Bank Guarantee for a sum equal to 5% of the contract value after receipt of order and before receipt of first payment. The Performance Bank Guarantee shall remain valid up to contract period plus 6 months for catering to guarantee / warrantee period of contract. The Security Deposit, if submitted, can be converted Performance Bank Guarantee. PBG shall be returned/refunded only after successful completion of warranty period of the contract.

Page --4 E) Terms & conditions: 1) Tender will be considered cancelled if the documents required for Part-I & Part-II bids are not placed in respective / proper envelope. 2) The Offer (Part-I & Part-II) should be completed in all respects duly signed and shall have no discrepancies. In case, prices are quoted in techno-comml. bid, the offer will be rejected. 3) All corrections (if any), must be signed at the appropriate place by the signatory of the bidder, otherwise tender will be considered as invalid. 4) BCL reserves the right of postpone the due date of the tender / to cancel the tender at any stage. 5) Offer shall remain valid for 90 days from the date of opening the tender. 6) Payment Terms: 100% payment will be made after 30 days from the date of submission of bills with all relevant documents duly certified. However, payment shall be released after receipt of materials at BCL in good condition. 7) Bill certifying authority: In-Charge Production, ANGUS Works of BCL or his authorised representative. 8) Delivery: As per our production requirement and completion within 21.09.2019 from the date of P.O. Delivery period may be extended as per BCL requirement. 9) Inspection: By BCL. 10) Terms of Delivery: Free to our ANGUS Works. 11) Bidders are expected to quote for full tendered quantity. However, offered quantity should not be less than 50% of tender quantity. 12) Price quoted / ordered rate(s) should remain Firm up to completion of all deliveries and up to the end of the contract. No claim for price increase shall be entertained. 13) BCL reserves the right to terminate the order with 7 (seven) days notice at any point of time in case poor performance / non-compliance of delivery schedule / bad quality of materials & workmanship. 14) Guarantee / Warranty: The supplier will give Warranty / Guarantee for the supplied items for a period of 24 months from the date of last supply of the relevant materials or 30 months from the date of completion of supply, whichever is earlier. Warranty should cover design, material and workman- ship. 15) Quantity Variation : Order quantity may vary ± 30%. BCL also reserves the right to place repeat order for maximum 75% of original order quantity/value at the same rate & terms of original order for which acceptance of the same from the supplier shall be taken prior to placement of such repeat order. 16) An unconditional acceptance of all notes, terms & conditions of the tender must be given along with the offer in Techno-Commercial Bid. 17) Liquidated Damages : In the event of failure on the part of the supplier / contractor to complete the awarded job within the stipulated completion period, Braithwaite reserves the right to recover a sum of 0.5 % for every week of delay or part thereof by way of L.D. subject to a maximum of 10 % of the ordered value. 18) Risk Purchase : In the event of failure on the part of the supplier / contractor to complete the job within the reasonable period of time as decided by the Purchaser, the purchaser reserves the right to get the job done by other Agency / Agencies as per the order on Risk Purchase basis and shall recover the extra cost thereof, if incurred, from the contractor.

Page-5 19) Arbitration : All questions, disputes or differences whatsoever shall, arise between the purchaser and the supplier / contractor upon or in relation to or in connection with the contract, either party may forthwith give to the other notice in writing of the existence of such question, dispute or difference and the same shall be referred to the adjudication of sole arbitrator. MD / CMD - BCL shall have the right and authority to appoint any officer of the Company as Arbitrator not below the rank of a General Manager who is not directly connected with purchase order. Such a reference submitted to the Arbitrator shall be deemed to be the submission to the Arbitrator within the meaning of the Arbitration and Conciliation Act, 1996 statutory modification thereof. The proceedings of the Arbitration shall be held in Kolkata. 20) Any legal dispute that may arise will be settled within the jurisdiction of court of Kolkata. 21) All information, documents etc. shall be given in Part-I offer ie; in the Techno-Commercial Bid. Part-II ie, Price Bid shall contain only price part as per prescribed format. 22) Evaluation of lowest bid shall be on the basis of lowest net landed cost on item wise. Accordingly, lowest bid evaluation shall be lowest rate for each piece, received from a bidder with delivery up to BCL s AW Works as per Price Bid Format. 23) Splitting of Order:- BCL reserves the right to place order for entire quantity on lowest (L-1) bidder in the event L-1 bidder is a MSE Company or BCL reserves the right to split the tender quantity. In case splitting of the tender quantity is decided by BCL, the same shall be in the ratio 80:20 between L-1 & another one bidder but the same shall be subject to taking care of reservation of 20% orders & preference to NSIC/MSME/SSI registered units as per MSMED Act. Initially counter offer to techno-commercially qualified NSIC/MSME/SSI registered bidders shall be issued in order of their ranking position for acceptance of L-1 rate & terms, as required, if quoted prices of such bidders fall within L-1 + 15% range. While deciding distribution of orders, reservation of orders for NSIC/MSME/SSI registered bidders with SC/ST ownership as per MSMED act shall be taken into consideration. If NSIC/MSME/SSI registered bidders do not accept counter offers, other bidders in order of their raking position shall be considered for issue of counter offers. In case other bidders including MSEs do not accept counter offers, BCL reserves the right to award for the rest of the quantities to the L-1 bidder. 24) Rejection / Replacement: Notwithstanding the fact that the materials have been duly inspected and covered by DM. The supplier shall arrange for free replacement / rectification of rejected / defective components if any, detected during or after fitment at our works, on receipt of our written advice to that effect. The replacement of the components shall be made within 15 days from the date of our advise, failing which, we reserve the right to purchase the said quantity from other sources at supplier s cost. Collection of rejected materials from our Stores and delivery of replacement supplies at our Works will be at supplier s cost and responsibility. If the rejected materials are not removed from our premises within a reasonable period, we will dispose the same off without any notice to supplier. 25) Procedure of Raising Challan / Bill. a) The B.O. items reference, material code, description, drawing no. & alteration no. of components indicated in our Purchase Order as well as necessary paper if any, applicable should be mentioned in the challans and bills. All consignments must be accompany challans, MRR, I.C., test certificate whenever applicable. b) As the time of collection of the receipted challan, it should be ensured that the challan acknowledges the receipt of MRR & IC if any. c) Challan should be made out of in quadruplicate, out of which two copies will be returned to the supplier duly receipted by our by our In-Charge (Wagon Stores). One copy of the same must be submitted along with the bill forwarded to us. d) Bill should be in triplicate duly supported by receipted challan & other relevant documents.

Page-6 26) In case of cartel formation, following terms shall be maintained. Wherever all or most of the bidders quote equal rates and cartel formation is noticed, BCL reserves the right to place order one or more bidders with exclusion of the rest without assigning any reason thereof. 27) BCLreserves the right to keep the payment of GST amount on hold till receipt of ITC by BCL is ensured. In case of non compliance, regarding documentation/ monthly return to ensure availing input Tax Credit (ITC) by BCL. BCL also reserves the right to deduct the resultant amount. 28) Indemnity:- Bidder shall indemnify BCL against all claims in respect of their contractual obligations in the event of noncompliance of statutory rules / obligations / laws / taxes & duties etc. 29) The Vendors who are not registered with BCL, if selected for order shall have to get registered with Clive Works of BCL prior to placement of order. They should Comply with necessary formalities at that stage. F. Part-II: Price bid: 1) This part must be free from any condition and signed with stamp. 2) The bidder should quote rate(s) as per Price Bid Format. 3) The quoted rate shall be mentioned in figure as well as in words. In case difference, rates quoted in words shall be considered. 4) Quoted rate should clearly indicate GST etc. 5) No over writing or correction will be allowed. Bid will be treated as cancelled if any over writing or correction is found in the price bid. G) Price Bid Format Sl. No. Description of of items Tendered quantity Basic rate/ Pc. (Rs.) GST (Rs.) Freight & Insurance charge / Pc., if any, for delivery upto BCL s Clive Works, Kolkata. (Rs.) Total rate per Pc (in Rs.) (A) (B) (D) (E) F=(B+D+E) 1 Door Hinge straight (long) 1740 nos. 2 Door Hinge straight (short) 870 nos. 3 Flap Door chainless cotter 1740 nos. 4 Flap Door chainless cotter Rivet 4640 nos. 5 Door Hand Hold 1740 nos. 6. Door Hinge Foot 1160 nos. 7 PIN for Hinge (20 x 99 lg) 3480 nos. 8 Locking Bolt with PIN 2320 nos. 9 Door check spring 580 nos. 10 Tarpaulin clit 4350 nos. GRAND TOTAL For Braithwaite & Co. Ltd.