tamil nadu warehousing corporation · tamil nadu warehousing corporation (a government of tamil...
TRANSCRIPT
1
SIGNATURE OF TENDERER WITH SEAL
NOT TRANSFERABLE
Tender No. 4351/2016/T2 Date: 10.04.2017
TAMIL NADU WAREHOUSING CORPORATION
(A Government of Tamil Nadu Sponsored Undertaking)
No.82, Anna Salai, Guindy, Chennai – 600 032.
Telephone Nos. 044-22302300, 22302307 - Fax No. 044-22201320
E-mail ID : [email protected]
Web : www.tnwc.in
PART - A
TECHNICAL BID
FOR
Purchase and Installation of 60 MT. Capacity
Pit Less Type Electronic “Lorry Weighbridge”
Including Civil, Electrical and
Allied Ancillary Works on
Turn Key Basis under Two Bid System
at
NALLAMPALLI Village, Dharmapuri District, Tamil Nadu State
2
SIGNATURE OF TENDERER WITH SEAL
TAMILNADU WAREHOUSING CORPORATION (A Government of Tamilnadu Sponsored Undertaking)
No.82, Annasalai, Guindy, Chennai – 600 032. Telephone Nos. 044-22302300, 22302307 - Fax No. 044-22201320
E-mail ID: [email protected]
TENDER NOTICE
Sealed Tenders are invited by the Managing Director, Tamil Nadu
Warehousing Corporation under TWO BID SYSTEM on Turn Key Basis from the
eligible Manufacturers / Dealers for Purchase and installation of 60 MT. Capacity
Pit Less Type Electronic Weighbridge with 12 Mtrs. x 3 Mtrs. platform area
and 6 Load cells at NALLAMPALLI Village, Dharmapuri District, Tamil Nadu
State.
The tender forms and other details can be downloaded from the
website www.tenders.tn.gov.in & www.tnwc.in. The Earnest Money Deposit
(EMD) amount of Rs.19,000/- (Rupees Nineteen Thousand only) to be obtained by
means of Demand Drafts on or after 12.04.2017 drawn in favour of “Tamil Nadu
Warehousing Corporation” payable at “Chennai” and it should be enclosed with
the Technical Bid Document. The Technical Bid document cover and Price Bid
cover should be properly sealed separately and inserted in another 1 cover
and it should also sealed properly.
Download the Tender Form from 10.00 A.M. to 5.00 P.M. at the above Website
12.04.2017 to 27.04.2017
Last Date and time for submission of sealed Tenders
03.00 P.M on 28.04.2017
Tenders (Technical Bid) will be opened at TNWC, H.O at the above address
03.30 P.M on 28.04.2017
Managing Director, Tamil Nadu Warehousing Corporation, Chennai - 32. Address of the Warehouse : Nallampalli Warehouse,
Tamil Nadu Warehousing Corporation, Nallampalli Village, Dharmapuri District, Tamil Nadu State.
3
SIGNATURE OF TENDERER WITH SEAL
INVITATION OF TENDER
Tender invited for supply and installation of 60 MT. capacity Pit Less Type Electronic Lorry Weighbridge including Civil and Electrical works
at NALLAMPALLI Village, Dharmapuri District on Turn Key Basis
PART A – TECHNICAL BID
I. TECHNICAL SPECIFICATIONS FOR 60 MT. PIT LESS TYPE
ELECTRONIC LORRY WEIGHBRIDGE :
1. General
The structure and platform shall be of robust design and adequate
strength to sustain the repetitive static and dynamic loads and shall not weigh less
than 7.5 MT. or above for 60 MT. capacity ELWB. Platform size will be as under:
Capacity of Electronic Lorry Weighbridge : 60 MT.
Size of Platform : 12 Mtrs. X 3 Mtrs.
Weight of Platform : Not less than 7.5 MT.
2. Codes and standards to comply with
IS-9281 (Part-I, II, III & IV as amended on date) for Electronic weighing
system including load cells.
3. Scope of supply:
i) Electronic load cell type, pit Less lorry weighbridge of capacity 60MT with
platform of 12 m x 3 m size with other accessories.
ii) Platform complete with main girders, support sections, horizontal
constraining arrangements and grouting parts as required; generally
conforming to IS: 2062 as amended on date of make of SAIL/TISCO/ESSAR
or equivalent. Weight not less than 7.5 MT with 12 mm TOP MS Plate with
anti skid rips.
iii) Load cells with integral cables and mountings for load cells.
iv) Electrical and electronic parts comprising of :
1. Junction boxes
2. Cable between junction box and weigh cabin.
3. Digital Weight Indicator
4. Personal Computer (make HCL/HP/IBM/DELL) should be of Intel
Core- i3 Duo Processor or above (2.8 GHz or more speed) equipped
104 keys “Alpha Numeric Key board” having memory of minimum 10,000 weighments, 18.5” LED Colour Monitor and Optical Mouse.
5. Dot Matrix 80 col. Ticket Printer (make EPSON/WIPRO/TVSE/HCL)
compatible with PC.
4
SIGNATURE OF TENDERER WITH SEAL
6. Constant voltage stabilizer.
7. U.P.S.
8. Jumbo display unit
9. Power supply: The equipment should be suitable for operation on 220V,
single phase 50 cycle A.C. supply. The equipment shall be suitable for
successful operation under different climatic conditions such as
temperature ranging from -10 degree centigrade to 60 degree
centigrade and humidity up to 95%.
4. Technical requirements:
The weighbridge shall have overload capacity, at least 50% of rated
capacity. The requirement shall be tested for dimensional parameters. Functional
testing will be done at site.
Material specifications for major platform components shall be as per IS: 2062.
1. Minimum graduation for weighbridge 60 MT shall be (±) 10 kg.
2. Load cells shall be hermetically sealed and have IP 68 (with inbuilt type)
protection class. Test certificate in conformation of the above class by
reputed Test House to be provided along with tenders.
3. The main girders and other cross members shall be rigidly secured to the
foundation restricting any movement of weighbridge. Proper constraining
arrangement shall be provided for protecting weighbridge against fast
moving trucks on it when it is not in use, by providing speed breakers on
both sides.
4. The weighbridge shall be pit less type above ground, with concrete ramp
having suitable slope on either side to facilitate vehicle approach on the
weighbridge.
5. Weighbridge readings shall not differ by more than one resolution value,
when the vehicle is placed on different locations on the weighbridge.
6. Digital Weight Indicator and Personal Computer with alphanumeric key
board with minimum memory of 10,000 weighment, 18.5” LED Colour Monitor and Optical Mouse suitable to operate under temperature –5
degree centigrade to 50 degree centigrade. Battery backed memory
should also be provided.
7. The weighbridge calibration should stay for a minimum period of one year
from the date of installation without the need for any readjustments.
5. Weighbridge Specifications :
Overload capacity : 50% of rated capacity
Type of constraining : Appropriate constraining arrangements
without hampering weighment accuracy
Frequency of loading : 30 trucks per hour minimum
5
SIGNATURE OF TENDERER WITH SEAL
6. Platform structural :
Material of construction of components:
Main beams, Cross beams and transverse beams
Mild steel as per IS: 2062 as amended on date of make of SAIL/TISCO/ESSAR or equivalent.
Deck Plate Cheuered /anti-skid Mild Steel plate as per IS:2062 as amended on date of make of SAIL/TISCO/ESSAR or equivalent in convenient lengths of thickness not less than 12 mm for 60 MT
Total Weight of Platform structural
60 MT Cap. Not less than 7.5 MT for 12 m X 3m platform size
Material Test Certificate To be provided by tenderer.
7. Electronic weighing system and load cells :
Should be of reputed indigenous/ imported make. Manufacturer’s test Certificates in respect of all requirements specified in IS: 9281 (Part-III) as
amended on date (Tables 1 & 2) to be furnished by the contractor for electronic
weighbridge.
General Requirements :
1. Hermetically sealed (IP-68 / IP-69 Protection class) maintenance and
corner adjustment free, inert-gas - filled, point contact, double ended
shear beam / compression type load cells suitable to operate under (-) 10
degree centigrade to 60 degree centigrade temperature and upto 95%
moisture capable to sustain specified overload, destruction load and side
thrusts without further adjustment.
2. Housing of Stainless Steel.
3. Number of load cell : 6 Nos. or more.
4. Capacity of each load cell : 30 MT. or more.
5. Insulation resistance - 1000 Mega ohms or more.
6. Proper ingress and lightning protection as per Indian standards.
7. Load cell to be housed in lockable Sheet Metal Box.
8. Junction box :
Protection class : IP 65 or more
Surge protection : Surge arrestors provided within
Material of Construction : Cast Aluminum/stainless steel
Connection type : Terminals on PCB mounted inside Junction box.
Glands for entry : Double Ended Shear Beam / compression type.
6
SIGNATURE OF TENDERER WITH SEAL
9. Interconnecting cable :
The load cells to be provided with 4-wire system and shielded type cable
approximately 10 meters in length to be laid in class “B” GI Pipe.
i) No. of cores
ii) Type of connection To be specified by the Manufacturer / Supplier
iii) Type of cable shield
10. Digital weight Indicator, Personal Computer and Printer :
A) Digital Weight Indicator :
This should be state of the art high performance micro processor based
Alpha Numeric Weighing system having high internal resolutions, clear and
bright seven digit LED display auto zero tracking, tare/gross weight
indications, Auto calibration facilities etc. It should be capable of interfacing
with the computer for further processing of data as per requirement
operating temperature is to be -5 degree centigrade to 50 degree
centigrade, response time less than 0.5 seconds, electrical safety IEC-348.
And it should have facilities for connecting the printer directly in case
computer fails.
B) Personal Computer :
The Personal Computer of (make HCL/IBM/HP/DELL) should be of Intel
Core-i3, 322OT equipped with 104 keys “Alpha Numeric” Key Board having memory of minimum 10000 weighment. Operating temperature
range is to be -5 degree centigrade to 50 degree centigrade with minimum
18.5” LED Colour Monitor, wired keyboard and Optical Mouse, 500 GB Hard Disk, 2 GB RAM with Windows 8 Operating System, 6-n-1card reader
Data protection by Lithium battery for 16,000 Hrs. during power off.
C) The Printer (80 Col.) with speed compatible with the Micro Processor
The equipment shall be freestanding, microprocessor based, dot matrix
impact type printer interfaced with indicator system. Operating temperature
range should be (-) 5 degree centigrade to 50 degree centigrade of
reputed make such as WIPRO/TVSE/HCL/EPSON.
The following details are required for every weighment:
i) Weighment Record Serial Number with minimum 8 digits.
ii) Date and Time of Weighment.
iii) Type of vehicle.
iv) Vehicle Registration Number.
v) Commodity weighed with Code Number.
vi) Owner of the goods.
vii) Automatic Billing facility with tax.
viii) Classification of Taxable and Exempted goods.
ix) Loaded weight/Empty weight.
7
SIGNATURE OF TENDERER WITH SEAL
x) Facility should be provided to minus Empty weight from Load weight
to find out the Gross weight of the commodity weighed.
xi) Provision to enter the Truck Sheet No. / Gate Pass No. at the time of
deposit and release.
D) U.P.S. :
Oline UPS of reputed make(Numeric/Microtek) supported with 2 nos. of
130 AH or 3 Nos. of 90 UAH each of Exide/ Standard/ AMCO /Amaron or
equivalent approved make maintenance free batteries for 6 hr. operation in
case of power failure.
E) Constant Voltage Stabilizer/Transformer :
2 KVA rating servo transformer with input 140V – 280V and output 220V±
5% of reputed and approved make to protect the equipment from voltage
variation.
F) Jumbo display unit :
An additional display unit at a suitable place outside the cabin of
weighbridge for clear viewing of drivers in day light or in darkness of
character size of 100 mm, 5 digit bright, LED type to be provided.
G) Note :
i) Weighbridge manufacturers / supplier / local representatives, having
own or their principal’s manufacturing facilities relating to load cells and related electronic instruments and weighbridge components shall
be given preference.
ii) Manufacturers, their dealers/representatives/ suppliers should have
appropriate license for the installation of the weighbridge system from
Directorate of Metrology, Government of India/State Government.
Sealing and Stamping :
i) The sealing and stamping of load cells as well as that of the total
weighing system shall conform to the requirements laid down under
“Indian Weights & Measures Act, 1976”. ii) The chassis of the electronic equipment shall be designed in the
manner that it is feasible to lock the whole system electronically to
make it completely tamperproof at one place for subsequent
verification by the concerned authorities.
8
SIGNATURE OF TENDERER WITH SEAL
iii) Packing: The mechanical and electronic components of the weighing
system shall be suitably packed. All the conditions of storage before
actual installation shall be specified by the manufacturers.
iv) Performance: The performance of the load cells as well as the total
system shall also comply to all the technical and metrological
requirements laid down under the Indian Weights & Measures Act,
1976 and IS: 9281 (Part - III) - 1981’ as amended on date.
11. Civil Works :
The work shall be executed in accordance with the latest PWD Specifications
2007 and IS Codes :
A) Foundations and Platform Bed :
The foundations and RCC raft for surface mounted platform and
foundation for cabin shall be designed on the basis of the allowable soil
pressure for the respective sites. Any special treatment if any required for
the foundation to cater to the needs of the poor soil conditions shall be
carried out by the contractor at his own cost. Suitable guarding arrangement
need be incorporated lengthwise of the platform to prevent sliding of
vehicles as per the relevant IS Code.
The Civil construction as well as weigh bridge erection, drawings, etc.
such as Manufacturers complete descriptive and illustrative
catalogue/literature, detailed dimensions, cross sectional drawings with
parts/material list, drawings for load cells, platform giving major salient
dimensions, weight, etc. for the weigh bridge to the manufacturers standards
are to be furnished by the Tenderer and duly approved by the appropriate
authority of the Corporation and will be communicated to the successful
tenderer while assigning the work order to the successful tenderer.
The Tenderer shall submit the detailed estimate of the weighbridge
cabin showing all the relevant particulars in respect of earthwork excavation
for the walls around the building, plain cement concrete ratio for walls, RCC
foundation, flooring, steps and internal surface of walls shall be finished with
dry distemper and external surface treated with snowcem, etc., The
Tenderer is expected to use the good quality chamber bricks for walls, earth
filling and good water consolidation for basement filling, plastering etc.,
Soil testing has to be done wherever it is necessary as desired by the
Corporation and the cost for soil testing has to be borne by the contractor.
B) Ramp and approach road :
On both sides of the weighbridge, ramps and approach road of
suitable length connecting it to the adjoining main roads of the godowns on
both sides and with width equal to the width of the weighbridge shall be
provided. Suitable speed breakers at a distance of one and half meter from
9
SIGNATURE OF TENDERER WITH SEAL
the platform on each end should be constructed. These ramps/road shall
consist of the following :
i) 150 mm thick sand filling well rammed.
ii) 150 mm thick lean concrete of (1:4:8) mix.
iii) 175 mm thick plain cement concrete of Grade M-20 (1: 1½: 3).
C) Cabin :
A weighbridge room of internal dimensions of 3.3 Mtrs. by 4.8 Mtrs.
consisting of brick/stone masonry walls and foundations in RCC column and
RCC roof shall be provided. The internal surface shall be cement plastered.
Roof shall be laid with proper terracing and treated for waterproofing;
flooring shall consist of 150 mm thick sand filling, 100 mm thick PCC (1: 4:
8) sub-base layer floor with 40 mm thick PCC (1:2:4) floor topping with
smooth finish with vertified tiles of size 2’ x 2’. Aluminium door and windows
partly with grills glazed shall be provided. Necessary cup-board of suitable
size i.e. 5’ x 4’ may be provided in wall. The internal surfaces of walls shall
be finished with dry distemper and external surfaces treated with snowcem
of approved quality and shade.
12. Electrical Works :
This shall conform to the latest PWD specifications 2005 and Indian Electricity
Rules :
i) Service connection for 230V supply up to the switchboard in the cabin
will be provided by the TNWC.
ii) The wiring shall be carried out with copper wiring PVC insulated of
suitable size in recessed PVC conduit as per the latest PWD
specifications 2005.
iii) Number of light/fan points will be as under :
A) Light Points 2 Box type tube light fittings of Phillips make Cat
No.TMC 140 with tube inside the cabin
1 4 Feet 40 Watts totally enclosed water tight,
weather proof, and dust-proof type street light
fitting complete with accessories mounted on a
G.I. bracket (Bajaj BJSF -140-E or equivalent)
outside the Cabin.
B) Fan Point 1 Including 1200 mm sweep ceiling fan complete of
approved make with electronic regulator
conforming to the relevant ISI specifications
(make Crompton/GEC).
iv) 5 Amps socket outlet 1 No. on the switch board itself (ISI Mark standard
make).
15 Amps socket outlet 2 Nos. at skirting level (ISI Mark standard make).
10
SIGNATURE OF TENDERER WITH SEAL
v) Main Board :
Angle iron frame of suitable dimension with one 30 Amps MCB
(Incoming) and 2 Nos.16 Amps 1 Set MCB (outgoing) MCB should be ISI
Mark Standard make - 1 Set.
Pipe earthing complete as per the latest PWD specifications.
Copper plate earthing for electronic equipment as per the latest PWD
specifications.
vi) Drawing : The contractor shall be required to submit 4 copies of the
drawing along with the design calculations for the approval by the
Corporation. The Corporation shall be at liberty to modify the design
given by the contractor and he should follow the same without any extra
claim.
13. Shop Tests and Inspection :
This shall conform to the latest PWD specifications 2005 and Indian Electricity
Rules :
i) Type tests and routine tests shall conform to IS: 9281 (Part-II) as
amended upto date and those specified herewith.
ii) Shop Assembly: Equipment shall be shop assembled, prior to
Transportation/shipment, to the extent required to facilitate field
installation.
14. Installation :
Fitting of Machinery :
a) Alignment and adjustment of machinery shall be carried out by the skilled
and experienced machinery fitters.
b) All machinery shall be assembled fitted or mounted in such a manner that all
necessary clearance shall be retained.
c) The contractor shall be responsible for all necessary alignment and
adjustment of structure, machinery and equipment to obtain efficient
operation of the Equipment.
d) Errors, omissions and misfits shall not be corrected by burning, except with
the permission of Corporation.
15. Painting :
Two coats of anticorrosive and one coat of finished paint on all steel
structures after preparation of surface to be applied for protection against
corrosion/rust.
11
SIGNATURE OF TENDERER WITH SEAL
16. Drawings and Data to be submitted by the Contractor :
This shall conform to the latest PWD specifications 2005 and Indian Electricity
Rules :
i) Service connection for 230V supply up to the switchboard in the cabin
will be provided by the TNWC. The Contractor shall at his own expense
prepare and submit four copies of drawings (Mechanical, Electrical and
Civil drawings) showing foundation details, location and size of bolts
and structural steel supports, general arrangement and assembly
drawings showing the important particulars, overall dimensions and
clearances etc. The drawings showing the structural details of cabin
foundation, beam and roof may be submitted. The Contractor shall
keep one complete set of all drawing and specification in clear order.
ii) On completion of the Work and before the tests are carried out, the
Contractor shall at his own expense prepare and supply to the
Corporation four (4) certified copies of the Installation Manuals,
Inspection and Maintenance Manuals and Operation Manuals.
iii) (a) The main girder / beams and cross beams will be preferably in
single piece without any Welded / joint section.
(b) Thickness of M.S. Plate for Deck should be not less than 12 mm
for 60 MT capacity.
(c) The tenderer will indicate the approximate weight of Steel Structure
indicating the details & sizes of structures to be used for 60 MT.
weighbridge.
iv) The Tenderer shall be responsible for and shall bear the cost of any
alterations of the work due to any discrepancies, errors or omissions in
the drawings, designs or other particulars supplied by them whether
such drawings, designs or particulars have been approved by the
Corporation.
17. Test Weights :
Cast Iron Test weights : 50 Nos. x 20 Kgs. (should be got stamped).
12
SIGNATURE OF TENDERER WITH SEAL
II. ELIGIBILITY CRITERIA FOR TAKING PART IN THE TENDER :
i) The Tenderer should be a Company registered in India under the Indian
Companies Act 1956 or a Registered Partnership Firm or a Sole Proprietary
Firm
a) In case the Tenderer is a Registered Company in India, they should
produce the copy of the Certificate of Incorporation.
b) In case the Tenderer is a Registered Partnership Firm, they should
produce the copy of Registered Partnership Deed.
ii) Tenderer should have minimum of 5 (five) years of experience in supplying
and maintenance of Weighbridge.
iii) The Tenderer should have an Annual Turn Over not less than 2 Crores in the
last successive three Audited Financial years. The copies of the Audited
Balance Sheets and the Profit and Loss account for the last 3 Financial
Years (2013-14, 2014-15 and 2015-16) should be enclosed along with the
tender document.
iv) Tender must be accompanied by a Demand Draft drawn from any
Nationalized or Scheduled Bank in favour of TAMIL NADU WAREHOUSING
CORPORATION payable at CHENNAI - 600 032 for Rs.19,000/- (Rupees
Nineteen Thousand only) towards Earnest Money Deposit . Tenders not
accompanied with the EMD shall be summarily rejected.
v) Latest valid VAT/Sales Tax/Works Contract Registration Certificate from
concerned Authorities of the State Government as applicable. Sales Tax
clearance certificate for the year 2015-16 and up to 31.12.2016.
vi) Latest valid License for manufacturing the electronic lorry weighbridge issued
by the State authorities.
vii) Model approval up to 60 MT. ELWB Certificate from the Director of
Metrology, Government of India in the same name of the Tenderer.
viii) Certificate in respect of satisfactory installation of 25 (Twenty Five) numbers
ELWBs of not less than 40 MT. in Government organizations or in PSUs or
reputed Companies registered under Companies Act, in the last 5 (Five)
financial years ending on 31..03.2017 which should be supported by their
Performance Certificate (Mere submission of work order/supply orders will
not be considered as proof of satisfactory performance of ELWBs) from the
end clients/customers.
ix) The tenderer should furnish the valid license from the Weights & Measures
Department for Manufacturer license and for carrying out repairing/servicing
of Electronic Weighbridge in their name at the time of applying the tender.
x) Tenderers must submit duly signed copies of the above reference document
in support of their eligibility of bid. In the event of any document found
fabricated/forged /tampered/altered/manipulated during verification, then the
EMD of the bidder would be forfeited and the Tenderer would disqualify for
future participation in the tenders of Tamil Nadu Warehousing Corporation
works for the next 5 (Five) years. The Tenderer should enclose a set of
13
SIGNATURE OF TENDERER WITH SEAL
detailed description/specification and basic data of equipments and
machinery along with drawings.
xi) Proof of Annual Production capacity of minimum 20 Nos. of 40 MTC / 60
MTC ELWB from NSSIC/SSIC/DIC.
III. INSTRUCTIONS TO THE TENDERER :
i) The tender forms and other details can be downloaded from the website
www.tenders.tn.gov.in & www.tnwc.in and will be legally valid for
participating in the Tender inquiry up to its closure day / time.
ii) The date, time for the receipt of the sealed Tender duly filled in is up to
03.00 P.M. on 28.04.2017 at Tamil Nadu Warehousing Corporation, No.82,
Anna Salai, Guindy, Chennai–32. Tenders will not be received after 03.00
P.M. on 28.04.2017.
iii) The tenders will be opened on the same day (i.e. 28.04.2017) at 03.30 P.M.
in the presence of the Tenderers or their authorized representatives who
choose to be present at the time of opening of Tenders.
iv) The intending Tenderers are advised to visit the sites in which the
weighbridge are going to be erected for acquainting themselves with the
nature of work in their own interest before submitting the Tender.
v) The Tender form should be submitted in a sealed envelope with the Demand
Draft for Rs.19,000/- (Rupees Nineteen Thousand only) towards EMD along
with all credentials, documents copies of Certificates and information called
for, including the first copy of Inviting to tender and instructions to tenders
intact. The cover shall be superscribed as “Tender for Erection of Weighbridge at Nallampalli Village Warehouse” with Tender No., Date
which shall be addressed to the Managing Director, Tamil Nadu
Warehousing Corporation, 82, Anna Salai, Guindy, Chennai–32 and
submitted to the said office within the prescribed time.
vi) All materials required for the job will have to be arranged by the contractor
meeting in the standard quality.
vii) Joint venture not allowed.
viii) The contractor will have to make their own arrangement to transport the
required materials outside and inside the working place and leaving the
premises in a neat and tidy condition after the completion of the job to the
satisfaction of the Corporation officials.
ix) The contractor will have to arrange for safe keeping of their materials and
should provide necessary arrangements for safeguarding the materials. The
Corporation will not be responsible for any claims with regard to this and also
for any mishappening / accident or injury or any such damage to men and
material at site during the course of the execution of work.
x) The Corporation will not provide any infrastructure such as power, water,
lighting etc. at site. Tenderer has to make their own arrangements for lifting
tackles, tools, transportation of material and movement of heavy equipment
at site.
14
SIGNATURE OF TENDERER WITH SEAL
xi) The Tenderers should note the site conditions before quoting. The site will be
offered on “AS IS WHERE IS” basis for the execution of this job and it will
be sole responsibility of the Tenderer to ensure that they abide by the
various rules, regulations, bye-laws and other requirements, etc. for
execution of this job.
xii) The Tenderers should study the various tender conditions / documents etc.
carefully before submitting their offers. If there are any doubts, they should
get clarifications from our Corporation in writing but this shall not be a
justification for submission of late tenders or extension of due date of the
tender.
xiii) All entries and rates in the tender form must be written in permanent ink or
typewritten. Erasures, overwriting or corrections, if any, should be attested
under the full signatures of the Tenderer. All rates should be both in figures
and words in the tender form. In case of any difference, the lower of the two
will be taken as the rates quoted.
xiv) The Corporation reserves the right to accept or reject any tender or all the
tenders without assigning any reason thereof and does not bind itself to
accept the lowest or any tender.
The Managing Director,
Tamil Nadu Warehousing Corporation,
No.82, Anna Salai, Guindy, Chennai – 600 032.
15
SIGNATURE OF TENDERER WITH SEAL
IV. GENERAL TERMS AND CONDITIONS/GENERAL WORK CONDITIONS :
The Tamil Nadu Warehousing Corporation is governed under the
Warehousing Corporations Act, 1962 and the Tamil Nadu Warehousing Corporation
General and Staff Regulations, 1965 and the definitions and interpretations of the
‘words and expressions’ in this tender document with all its enclosures shall have the meaning thereby assigned to them in the relevant Act/Rules unless the contract
ascribes a different meaning.
1) General :
a) The Tenderers are requested to examine the instructions, terms and
conditions and specifications given in the Tender. Failure to furnish all
required information in every respect will be at the Tenderer's risk and may
result in the rejection of Tender. There will be no relaxation of the conditions
of submission of the documentary proof by any Tenderer.
b) It will be imperative for each Tenderer(s) to familiarize himself / themselves
with the legal requirements for participation in the tender.
c) It will be the responsibility of the Tenderer that all factors have been
investigated and considered while submitting the Tender and no claim
whatsoever including those of financial adjustments to the contract awarded
under this tender will be entertained by TAMIL NADU WAREHOUSING
CORPORATION.
d) The Weighbridge to be guaranteed for a period of two years from the date of
commissioning. During the guarantee period, one service call every quarter
is to be provided over and above the breakdown calls.
e) Weighbridge calibration should stay for a guarantee period without need for
any readjustment.
f) The Tenderer shall be deemed to have satisfied itself fully before Bidding as
to the correctness and sufficiency of its Tender for the contract and price
quoted in the Tender to cover all obligations under this Tender.
g) No workman below the age of 18 Years employee on the work by the
Tenderer.
h) It must be clearly understood that the Terms and Conditions and
specifications are intended to be strictly enforced. No escalation of cost in
the Tender by the Tenderer will be permitted throughout the period of
Agreement or throughout the period of completion of contract whichever is
later on account of any reasons whatsoever.
i) No skilled or unskilled labour will be provided from our side at the time of
installation of weighbridge in those specified places. The works relating to
unloading the plant and machinery or lifting or adjusting at the site should be
arranged only by the Tenderer. Cable routing should be provided by the
Tenderer. Necessary tools should be arranged by the Tenderer in this
regard.
16
SIGNATURE OF TENDERER WITH SEAL
j) The Tenderer should be fully and completely responsible to Tamil Nadu
Warehousing Corporation and the Government of Tamil Nadu for all the
deliverables.
2) Clarifications in the Tender :
a) A prospective Tenderer requiring any clarification in the Tender may notify
TAMIL NADU WAREHOUSING CORPORATION by letter to the Managing
Director, Tamil Nadu Warehousing Corporation, 82, Anna Salai, Guindy,
Chennai – 32.
b) The responses to the clarifications will be notified in the websites by means
of Corrigendum to the Tender Document.
c) Before closing of the Tender, clarifications and amendments if any will be
notified in the websites mentioned in the Tender Schedule if the Corporation
fits it to do so. The Tenderers should periodically check for the amendments
or corrigendum or information in the website www.tenders.tn.gov.in till the
closing date of this Tender. TAMIL NADU WAREHOUSING CORPORATION
will not make any individual communication and will in no way be responsible
for any ignorance pleaded by the Tenderers.
d) No clarifications would be offered by TAMIL NADU WAREHOUSING
CORPORATION within 48 hours prior to the due date and time for opening
of the Tender.
e) The TAMIL NADU WAREHOUSING CORPORATION at its discretion may or
may not extend the due date and time for the submission of Tender.
3) Contacting Tender Inviting Authority :
Tenderers shall not make attempts to establish unsolicited and
unauthorized contact with the Tender Inviting Authority, Tender Committee, Tender
Accepting Authority before or after the opening of the Tender and prior to the
notification of the Award and any attempt by any Tenderer to bring to bear
extraneous pressures on the Tender Accepting Authority shall be sufficient reason
to disqualify the Tenderer.
Notwithstanding anything mentioned above, the Tender Inviting
Authority/Tender Committee/Tender Accepting Authority may seek bona fide
clarifications from Tenderers relating to the tenders submitted by them during the
evaluation of tenders.
4) Receiving and submission of Tender document :
a) The application for obtaining Tender document shall be made to :
The Managing Director,
Tamil Nadu Warehousing Corporation,
No.82, Anna Salai, Guindy,
Chennai - 600 032.
17
SIGNATURE OF TENDERER WITH SEAL
The Tender Accepting Authority does not accept responsibility either for
delays in receipt of the Bank draft or any delay experienced by the applicant
in receiving the documents including loss of document in transit. Extension of
the date and time for receipt of the completed documents will not be made
on account of any such delays.
b) The Tender document is not transferable under any circumstances.
5) Preparation of Tender :
a) The Tenderer is particularly requested to check all specifications shown in
the Tender document and obtain his own information on all matters which
may in any way affect this Tender as no claim for extras for any alleged
ignorance in respect there of shall be entertained.
b) Tenderers are required to price for the supply of new Electronic Weighbridge
and installation in the schedule prices and fill in all blanks legibly and
properly.
c) Tender documents duly filled in with corrections/over writings without
attestation, shall not be entertained.
d) In the supply of new Weighbridge and installation, all taxes, duties, entry tax
and any other taxes and duties and levies, if any shall be included in the
prices with breakup details. No extra amount will be considered.
e) In the supply of new Weighbridge and installation, the quoted price shall be
inclusive of all charges like on packing, forwarding, freight, insurance,
loading, unloading, storage, movement at site and any other charges
towards that work, etc., and complete in all respects. (i.e.) F.O.R. Destination
anywhere in Tamil Nadu in different locations of the State.
f) The Tenderer shall fill up and sign the letter of tender all other schedules etc,
which are included in the Tender document.
g) Tenderer shall submit their Tenders in accordance with the specifications of
the Tender document only. Alternatives will not be considered.
h) The schedule of price shall be firm and fixed during the entire currency of the
contract and completion of all contractual obligations. Any extension in time
granted by Tender Accepting Authority to the completion schedule shall be
subject to the condition and there will be no additional financial implication to
TAMIL NADU WAREHOUSING CORPORATION.
i) The Tenderer shall enclose the required credentials / documents as called
for in the Tender in order by assigning the page No. and fill in the check list
properly with page No. against the credentials/documents concerned. If the
check list and other details are not properly furnished in the Tender will be
considered as nonresponsive and rejected.
6) Signing of the Tender :
a) The Tender shall be signed by a person or persons duly authorized to sign
on behalf of the Tenderer. All pages of the Tender where entries or
18
SIGNATURE OF TENDERER WITH SEAL
amendments have been made shall be signed by the person or persons
signing the Tender with seal.
b) The Tenderer shall enclose a certified copy of the power of attorney
authorizing the signatory or signatories to sign the Tender document. This
certification shall be from the Managing Director or the person authorized by
the Managing Director of the firm.
c) The Tender shall contain no alterations or additions, except those to comply
with instructions issued by the Managing Director, TAMIL NADU
WAREHOUSING CORPORATION or as necessary to correct errors made
by the Tenderer.
d) All the pages in the Tender document should be signed by the Tenderer with
seal.
7) Tender Validity :
a) Tenders shall remain valid for a period of 90 (Ninety) days from the last date
of Tender.
b) In exceptional circumstances the Tender Accepting Authority shall have
option to extend the period of validity of the Tender for a further period of 30
days, the Tenderer shall agree to extend the validity of bid without altering
the substance and the price of their bid for further period.
8) Procedure for Submission of Tender :
a) The Tender cover shall be superscribed as follows :
The Tender shall be sealed using Sealing Tape / Wax with the
authorized Seal of the Company embossed on the seal. Tender Cover
should be superscripted as “Tender for Erection of Electronic Lorry
Weighbridge at NALLAMPALLI Warehouse”.
b) Technical Bid not accompanied with the Earnest Money Deposit will be
rejected as Non – Responsive Tender. Tenders shall be offered only in the
prescribed forms in “ENGLISH” only.
c) Submission of Technical Bid and Price Bid :
i) Technical Bid and Price Bid must be submitted separately. These
envelopes (called as inner envelopes) shall then be put inside one outer
envelope duly sealed. The inner and outer envelopes shall be addressed
to:
The Managing Director,
Tamil Nadu Warehousing Corporation,
No.82, Anna Salai, Guindy,
Chennai – 600 032.
19
SIGNATURE OF TENDERER WITH SEAL
ii) The Outer cover and Inner covers containing the Technical and Price bid
must be super scribed as mentioned below:-
Outer Cover :
a. Technical Bid and Price Bid
b. Name of the Contractor
c. Name of the Warehouse.
Inner Cover (Technical Bid):
a. Technical Bid – Part A
b. Name of the Contractor
c. Name of the Warehouse.
Inner Cover (Price Bid):
a. Price Bid – Part B
b. Name of Contractor
c. Name of the Warehouse
iii) If the cover is not sealed and superscripted as instructed, responsibility
will be assumed for misplacement of tender or premature opening of the
envelope or Parcel.
iv) The Tender shall be submitted exactly as per the procedures and
requirements stipulated herein. The Tender box will be kept at Tamil
Nadu Warehousing Corporation, No. 82, Anna Salai, Guindy, Chennai –
600032 or it can be sent either by post or Courier, however, the
Corporation will not be responsible for any loss in transit or delay.
v) The Tender must be submitted so as to be received within the stipulated
date and time.
vi) Tender submitted by email, telex, cable or fax will not be accepted.
9) Documents to be submitted along with Tender :
a) The Tender and copy of the same should be submitted separately. Each
cover shall carry the name and address of the Tenderer, prominently.
b) The “Tender cover" shall contain the following as per the sequence indicated below.
i) Covering letter and check list with properly fill in.
ii) Evidence for Technical Experience.
iii) Evidence for Financial Standing with copy of annual audited statements
for 2013-14, 2014-15 & 2015-16.
20
SIGNATURE OF TENDERER WITH SEAL
iv) Income Tax Returns for the Financial Year 2013-14, 2014-15 & 2015-16.
v) The EMD in the form of Demand Draft/Banker’s Cheque in original. vi) Declaration by the Tenderer that their Tender is without any technical
and commercial deviations in the format of the letter enclosed with the
Tender.
vii) Certified Power of Attorney authorizing a representative[s] of the firm to
sign the Tender and all subsequent communications.
viii) VAT / Sales Tax verification certificate for the period 2015-16 from the
Commercial Tax Department, Government of Tamil Nadu
ix) The Tenderer should produce the Valid License from the Weights and
Measures dept., of Govt. of Tamil Nadu or Govt. of India.
x) The identical copy of the Tender document with all pages duly signed by
the authorized signatory of the Tenderer and sealed with the company
seal. The document copy shall be submitted as it is (with signature and
seal). The Technical and Price bid should be submitted in a separate
covers. The main cover superscribed with i.e., “Tender for Erection of Electronic Lorry Weighbridge at NALLAMPALLI Warehouse”.
xi) Copy of the Service Tax Registration Certificate.
xii) In case the Tenderer is the registered company in India, produce the
copy of certificate of incorporation.
xiii) In case the Tenderer is the registered Partnership Firm, produce the
copy of Registered Partnership Deed.
xiv) Evidence for having carried out the similar work of Lorry Weigh Bridge
not less than 40 MT. Copy of Work Orders executed before 31.03.2017
and Performance / Completion Certificate obtained from the customer
should be submitted for not less than 25 weighbridge.
xv) Copy of the Certificate of Registration, manufacturing, supplying and
installation and maintenance of Weighbridge in Tamil Nadu issued by
Appropriate Authority.
xvi) Valid Proof of having sufficient local centres in Tamil Nadu for the
maintenance of Weighbridge after installation.
xvii) Furnish Profile of the Tenderer.
xviii) Declaration.
10) Earnest Money Deposit (Tender Security or Tender Bond) :
a) Tender must be accompanied by a Demand Draft/Bankers’ Cheque drawn from any Nationalized or Scheduled Bank in favor of TAMIL NADU
WAREHOUSING CORPORATION payable at CHENNAI - 600 032 for
Rs.19,000/- (Rupees Nineteen Thousand only) towards Earnest Money
Deposit. The Demand Draft/Banker’s Cheque should be accompanied with the Technical Bid without fail.
b) The TAMIL NADU WAREHOUSING CORPORATION will arrange to refund
the Earnest Money Deposit (EMD) to unsuccessful Tenderer within a
reasonable time without interest.
21
SIGNATURE OF TENDERER WITH SEAL
11) The EMD amount may be forfeited if :
a) The Tenderer withdraws their Tender after the Tender cover opening.
b) In the case of a successful Tenderer, if fails to furnish the required security
deposit or sign the agreement, within the stipulated time limit.
12) Late Tender :
Any Tender received by the Managing Director, TAMIL NADU
WAREHOUSING CORPORATION after the due date and time of this Tender
document will not be accepted.
13) Tender Opening :
a) The authorized representatives of the Tender Accepting Authority will open
the Tender in the presence of the Tenderers or their authorised
representatives at 03.30 P.M. on 28.04.2017 at Tamil Nadu Warehousing
Corporation, No.82, Anna Salai, Guindy, Chennai–32 in the presence of all
the Tenderers present at the time of opening. In the event of the specified
date of Tender opening being declared a holiday, the Tenders will be opened
at the same time on the next working day. The main cover and the technical
bid will be opened on the due date. After evaluating the qualification of
Tenderer, the eligible Tenderers will be informed for the opening of the price
bid.
b) During the Initial Scrutiny of Tender, if it is found that the tender is not
conforming to the Tender conditions (in terms of documents prescribed), that
Tender will be rejected.
c) On opening the "Tender cover", the details as per the checklist of each
Tenderer will be read out and no other details will be disclosed.
14) Procedures for Tender Evaluation :
a) After opening the Tenders, the Tender Accepting Authority will determine
whether the Tenderer has fulfilled all the conditions as stipulated in this
Tender document through an Initial Scrutiny.
b) Initial Tender scrutiny will be conducted and incomplete details as given
below will be treated as non-responsive. If Tenders are;
i) not submitted as specified in the Tender.
ii) received without the Letter of Authorisation.
iii) received without EMD amount.
iv) with incomplete information, subjective, conditional offers.
22
SIGNATURE OF TENDERER WITH SEAL
v) submitted without support documents as per the Eligibility criteria and
Evaluation criteria.
vi) non-compliance of any of the clauses stipulated in the Tender.
vii) lesser validity period.
viii) incomplete Tender Documents.
ix) not properly filled in the check list
c) All responsive Tenders will be considered for further evaluation. The decision
of TAMIL NADU WAREHOUSING CORPORATION will be final in this
regard.
d) The Tender Accepting Authority will then proceed with the evaluation of
those Tenders which have not been rejected as above.
e) Before proceeding with the detailed evaluation, the Tender Accepting
Authority will satisfy as to whether the Initial Scrutiny was fair and
transparent.
f) The "Tender Committee" shall furnish the Tender Accepting Authority, a
detailed tabulation containing each and every fulfillment of the Tender
conditions and finally arrive at whether the Tender submitted fulfils all the
Tender conditions. The relevant page no. of the Tenderer in which the
Tender conditions are fulfilled shall also be mentioned in the tabulation. Non-
fulfillment of any one or many of the Tender conditions would make the
Tender to be a non-responsive one as per the guidelines issued in the Tamil
Nadu Transparency in Tenders Act 1998 and the Tamil Nadu Transparency
in Tenders Rules 2000. Only those Tenders which fulfill all the Tender
conditions and found to be responsive will be processed further for price
Tender.
g) To assist the examination, evaluation and comparison of Tenders, the
Tender Accepting Authority may at its discretion, ask any Tenderer for
clarification on his Tender. The request for clarification and the response
shall be in writing or by fax or by e-mail but no change in the substance of
the Tender shall be sought, offered, or permitted.
h) If a Tender fails to be responsive, it will be rejected by the Tender Accepting
Authority and may not subsequently be made responsive by correction or
withdrawal of the non-confirming deviation or reservation.
15) Price Evaluation :
a) The Price Evaluation of manufacturers shall include all Value Added Tax
(VAT) and any other taxes, Warranty Cost as part of the price as detailed
below:
In evaluation, if the price of Weighbridge is subject to excise duty, the price
shall be determined inclusive of such excise duty.
23
SIGNATURE OF TENDERER WITH SEAL
In respect of VAT, where all the Tenderers are from or outside the State of
Tamil Nadu, the VAT will be included in the price Tender evaluation.
The total cost excluding applicable Local Taxes and including all other taxes
and charges as per the guidelines stated above will be taken for Price
Tender evaluation.
The Tenderer who quotes the lowest cost for supplying and installation of
new Weighbridge at Pudukkottai Warehouse will be called as “L1” Tenderer.
16) Negotiations :
Negotiations will be conducted, if deemed fit, only with “L1” Successful Tenderer for improvement in the Scope of Work, Specification, further reduction in
price and advancement of delivery schedule.
17) TAMIL NADU WAREHOUSING CORPORATION reserves the right to :
a) Negotiate with the Tenderer whose offer is the lowest evaluated price for
further reduction of prices.
b) Insist on quality / specification of materials to be supplied.
c) Change the list of areas of supply locations from time to time based upon the
requirement of the Work.
d) If performance of the Tenderer is not as per the Schedule, then TAMIL
NADU WAREHOUSING CORPORATION reserves the right to cancel or
terminate the contract and retender will be called for. The increase in cost
due to retender and the cost of completion of work will be recovered from the
defaulter’s Security Deposit amount.
e) The TAMIL NADU WAREHOUSING CORPORATION reserves its right to
withhold 10% of the value of contract amount for any deficiency in the
execution and the service aspect during the validity of the contract.
18) Acceptance of Tender and withdrawals :
The final acceptance of the tender is entirely vested with TAMIL NADU
WAREHOUSING CORPORATION who reserves the right to accept or reject any or
all of the tenders in full or in parts without assigning any reason whatsoever.
24
SIGNATURE OF TENDERER WITH SEAL
The Tender Accepting Authority may also reject all the tenders for reasons
such as change in Scope, Specification, lack of anticipated financial resources,
court orders, calamities or any other unforeseen circumstances.
After acceptance of the Tender by TAMIL NADU WAREHOUSING
CORPORATION, the Successful Tenderer shall have no right to withdraw their
tender or claim higher price.
19) Payment of Security Deposit (SD) :
The successful Tenderer will be required to remit a Security Deposit (SD)
equivalent to 5 (five) percent of the value of the work order, inclusive of EMD. The
Security Deposit shall be paid within 15 days from the date of issue Letter of
Acceptance (LOA) by TAMIL NADU WAREHOUSING CORPORATION. This
deposit should be in the form of Demand Draft/Bankers Cheque drawn in favour of
“TAMIL NADU WAREHOUSING CORPORATION” payable at CHENNAI – 32. The
Security Deposit furnished by the Successful Tenderer in respect of the tender will
be returned to them after successful completion of guarantee period. The Security
Deposit held by TAMIL NADU WAREHOUSING CORPORATION till it is refunded
to the Successful Tenderer will not earn any interest thereof. The Security Deposit
will be forfeited if the Successful Tenderer withdraws the Tender during the period
of Tender validity specified in the Tender or if the Tenderer fails to sign the contract.
20) Execution of Contract :
a) The Successful Tenderer should execute a Contract in the INR 100/- non-
judicial Stamp Paper bought in Tamil Nadu only in the name of the Tenderer
within 10 days from the date of Letter of Acceptance issued by TAMIL NADU
WAREHOUSING CORPORATION with such changes/modifications as may
be indicated by TAMIL NADU WAREHOUSING CORPORATION at the time
of execution on receipt of confirmation from TAMIL NADU WAREHOUSING
CORPORATION.
b) The Successful Tenderer shall not assign or make over the contract, the
benefit or burden thereof to any other person or persons or body corporate
for the execution of the contract or any part thereof without the prior written
consent of TAMIL NADU WAREHOUSING CORPORATION. TAMIL NADU
WAREHOUSING CORPORATION reserves its right to cancel the Work
order either in part or full, if this condition is violated.
c) The conditions stipulated in the agreement should be strictly adhered to and
violation of any of the conditions will entail termination of the contract without
prejudice to the rights of TAMIL NADU WAREHOUSING CORPORATION
and TAMIL NADU WAREHOUSING CORPORATION also have the right to
recover any consequential losses from the Successful Tenderer.
25
SIGNATURE OF TENDERER WITH SEAL
21) Issuance of Work Order :
After execution of the Contract and payment of Security Deposit, “Firm Work Order” for the supply and commissioning of Tendered Weighbridge will be issued to
the Successful Tenderer by TAMIL NADU WAREHOUSING CORPORATION.
The Contractor shall execute, complete and guarantee the work in strict
accordance with the contract to the satisfaction of the Tamil Nadu Warehousing
Corporation and shall comply with and adhere strictly to the instructions and
directions on matters (whether mentioned in the contract or not) touching or
concerning the work.
If by reason of any accident or failure or other event occurring to or in
connection with the work or any part thereof during the execution of the work or
during the period of guarantee, and remedial or other work or repair shall, in the
opinion of the Tamil Nadu Warehousing Corporation be urgently necessary for
security and the contractor is unable or unwilling at once to do such work or repair,
the Tamil Nadu Warehousing Corporation may by its own or other workmen do
such work or repair as may consider necessary.
If the work or repair so done by the Tamil Nadu Warehousing Corporation
which is in the opinion that the Contractor was liable to do at his own expense
under contract, all costs and charges properly incurred by the Corporation in so
doing shall on demand be paid by the contractor to the Corporation or may be
deducted by the Corporation from money due or which become due to the
contractor.
Same as specifically provided elsewhere in the conditions of the contract, the
contract price shall not be adjusted in respect of any increase or decrease of cost to
the contractor in carrying out the work by reason of alterations in the rate of wages
and allowances payable to Labour or change in the conditions of employment
thereof or change in the cost of materials, consumable stores, fuel and power or in
the incidence of rates of landing charges or the operation of any law or statute or
variation in the cost of any other matter of whatsoever nature, subsequent or
variation in the cost of any other matter or thing of whatsoever nature, subsequent
to the date of tender.
22) Refund of EMD :
The EMD amount paid by the Successful Tenderer will be adjusted towards
the Security Deposit payable by them. If the Successful Tenderer submits Security
Deposit for the stipulated value in full, the EMD will be refunded. The EMD amount
of the Unsuccessful Tenderer will be refunded without interest.
26
SIGNATURE OF TENDERER WITH SEAL
23) Refund of EMD :
The Security Deposit will be refunded without interest to the Successful
Tenderer on completion of entire work subject to satisfaction of TAMIL NADU
WAREHOUSING CORPORATION. Such completion would be arrived at when the
new Weighbridge are supplied, installed and after getting Sealing Certificate from
the Weight and Measures Department by the Tenderer as per the Contract
Agreement and as per Work Order issued by TAMIL NADU WAREHOUSING
CORPORATION from time to time and also after completion of the guarantee
period of 2 (two) years.
24) Forfeiture of EMD and SD :
a) If the Successful Tenderer fails to act according to the tender conditions or
backs out, after the tender has been accepted, the EMD and SD will be
forfeited to TAMIL NADU WAREHOUSING CORPORATION.
b) If the Successful Tenderer fails to remit the SD, the EMD remitted by him will
be forfeited to TAMIL NADU WAREHOUSING CORPORATION and the
tender will be held void.
25) Termination of Contract:
I. Termination for default :
a) TAMIL NADU WAREHOUSING CORPORATION may without prejudice to
any other remedy for breach of contract, by written notice of default with a
notice period of 7 days, sent to the Successful Tenderer, terminate the
contract in whole or part,
if the Successful Tenderer fails to deliver any or all of the goods within the
time period(s) specified in the Contract, or fails to supply the items as per the
Delivery Schedule or within any extension thereof granted by TAMIL NADU
WAREHOUSING CORPORATION;
OR
if the Successful Tenderer fails to perform any of the obligation(s) under the
contract;
OR
if the Successful Tenderer, in the judgement of TAMIL NADU
WAREHOUSING CORPORATION, has engaged in fraudulent and corrupt
practices in competing for or in executing the Contract.
b) In the event TAMIL NADU WAREHOUSING CORPORATION terminates the
Contract in whole or in part, TAMIL NADU WAREHOUSING
CORPORATION may procure, upon terms and in such manner as it deems
27
SIGNATURE OF TENDERER WITH SEAL
appropriate, the goods and services similar to those and delivered and the
Successful Tenderer shall be liable to TAMIL NADU WAREHOUSING
CORPORATION for any additional costs for such similar goods. However,
the Successful Tenderer shall continue the performance of the contract to
the extent not terminated.
II. Termination for Insolvency :
TAMIL NADU WAREHOUSING CORPORATION may at any time
terminate the Contract by giving written notice with a notice period of 7 days to the
Successful Tenderer, if the Successful Tenderer becomes bankrupt or otherwise
insolvent. In this event, termination will be without compensation to the Successful
Tenderer, provided that such termination will not prejudice or affect any right of
action or remedy that has accrued or will accrue thereafter to TAMIL NADU
WAREHOUSING CORPORATION.
III. Termination for Convenience :
TAMIL NADU WAREHOUSING CORPORATION may at any time
terminate by written notice, with a notice period of seven days sent to the
Successful Tenderer, and 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 TAMIL NADU WAREHOUSING CORPORATION’s convenience, the extent to which performance of work under the Contract is terminated, and the date upon
which such termination becomes effective. On termination, the successful Tenderer
is not entitled to any compensation whatsoever.
26) Execution of Work Order :
The Successful Tenderer should nominate and intimate TAMIL NADU
WAREHOUSING CORPORATION, an Official as the Single Point of Contact
(SPOC), who should be responsible for effective delivery of work complying with all
the terms and conditions.
27) Penalty for Non-Fulfillment of Tender :
Penalty will be levied at the rate to be fixed by the TAMIL NADU
WAREHOUSING CORPORATION in the event of non-fulfilment or non-observance
of any of the conditions stipulated in the Agreement, Terms and Conditions and
Work Order.
28) The Compensation / liquidated damages for delay :
If the Contractor fails to complete the work or any part thereof within
the stipulated time, the contractor shall pay to the Tamil Nadu Warehousing
Corporation on demand, without prejudice to other rights and remedies the
28
SIGNATURE OF TENDERER WITH SEAL
Corporation may have against the contractor, a sum equivalent to 1% (one percent)
of contract value for every weeks delay as compensation (and not as a penalty) for
every week or part thereof provided always that the entire amount of the
compensation to be paid under the provisions of this clause shall not exceed 5%
(five percent) of the contract value of the work. The compensation will be
determined by the competent authority. But the decision of the competent authority
shall be final and finding on the contractor.
29) Other Conditions :
a) The final decision would be based on the technical capacity and pricing of
the Tenderer. TAMIL NADU WAREHOUSING CORPORATION does not
bind itself in selecting the Tenderer offering lowest prices.
b) TAMIL NADU WAREHOUSING CORPORATION reserves the right not to
accept lowest price, to reject any or all the tenders without assigning any
reason there for.
c) The contractor shall bear all such expenses and charges for special or
temporary way leaves required by them in connection with access to the site.
The contractor shall also provide at their own cost any additional
accommodation outside the site required by them for the purpose of the
work.
d) The contractor shall conform to the provisions of any Government Acts,
which relate to works and to the regulations and byelaws of any local
authorities. The contractor shall give all notices required by the said Acts or
laws, etc. and pay all fees payable to such authorities and allow for those
contingencies in their tender rates including fees for encroachments, cost of
restorations, etc. and all other fees payable to the local authorities.
e) The contractor shall keep the Corporation indemnified against all penalties
and liability for every kind of breach of any Act, Rules, Regulations or Bye-
laws in force at the site.
f) The contract and its operation shall be governed by the laws of India for the
time being in force.
g) Relevant PWD schedules and specifications will be applicable for all Civil
and Electrical Works respectively unless otherwise specified in the tender
document.
h) The contractor shall guarantee all works done and material used by him. The
guarantee for all plant, equipment and work done, shall commence on the
date of taking over certificate from the competent statutory authority. The
period of guarantee on all plant and equipment including the load cells shall
be 24 (twenty four) months from the date of taking over the certificate.
i) During the period of Warranty, in case of break down or major defects which
cause complete dislocation of weighbridge operation and the machine is not
attended to and rectified within a period of 3 (three) days from the date
of receipt of intimation by the firm or its branch office, the compensation for
such private weighment got done by the concerned depositor(s) of the
respective warehouse beyond three days shall be made by the contractor.
29
SIGNATURE OF TENDERER WITH SEAL
The said amount will be adjusted from the amount due/withheld under the
terms of payment under this contract if not remitted by the contractor.
j) During the guarantee period of two years, the technician of the contractor
should visit on quarterly basis to undertake servicing of ELWB even if no
complaint is reported from the respective Warehouse authorities.
k) The contractor shall be responsible for arranging test weights, power,
lubricants and any other items required for initial trial runs/trial test(s).
30) Arbitration and Jurisdiction :
a) In case of any dispute, the matter will be referred to a Sole Arbitrator to be
appointed by the Managing Director of TAMIL NADU WAREHOUSING
CORPORATION in accordance with the "Arbitration and Conciliation Act
1996". The arbitration shall be held in Chennai and the language English
only.
b) Subject to the above, the Courts at Chennai alone only shall have jurisdiction
in the matter.
31) Delivery :
a) The Tenderer should intimate the exact date of receipt of order and the
probable date of supply of the Weighbridge by post / fax / e-mail to the
indenting officer.
b) The Tenderer should deliver the materials of Weighbridge to destinations in
Tamil Nadu as per the despatch instructions of the Work order immediately
or within 15 days time including the date of receipt of work order, without
enforcing force Majeure clause for the supply of Weighbridge and it should
be installed and get sealed within 90 days from the Weight and Measures
department from the date of receipt of work order or date of handing over the
site which is later.
32) Payment and Mode of Payment :
Ninety percent (90%) Payment shall be made to the firm through
Account Payee Cheque by the Tender Inviting Authority only on completion of the
installation of Weighbridge work in all aspects and after due verification and sealing
from Weight and Measures department by observing the other usual procedures in
vogue. The rest of 10% payment will be paid only at the end of guarantee period of
2 (two) years on production of the following documents:
a) Evidence of Receipted challan (original copy of challan) duly certified by the
concerned Warehouse Manager towards receipt of ELWB at site.
30
SIGNATURE OF TENDERER WITH SEAL
b) Signed bill / invoice in duplicate.
c) Proof of payment of Excise duty / Service Tax to the authority concerned.
d) Manufactures test certificate for load cells as well as equipments.
e) Completion certificate issued by our Engineer for foundation work up to
installation level of ELWB stating that the works has been completed as per
specification.
33) Clarifications by TAMIL NADU WAREHOUSING CORPORATION :
When deemed necessary, TAMIL NADU WAREHOUSING
CORPORATION may seek bona fide clarifications on any aspect from the
Tenderer. However, that would not entitle the Tenderer to change or cause any
change in the substance of the Tender or price quoted. During the course of Tender
evaluation, TAMIL NADU WAREHOUSING CORPORATION may seek additional
information or historical documents for verification to facilitate decision making. In
case the Tenderer failed to comply with the requirements of TAMIL NADU
WAREHOUSING CORPORATION as stated above, such Tenders may at the
discretion of TAMIL NADU WAREHOUSING CORPORATION, shall be rejected as
non-responsive.
34) Suppression of facts and misleading information :
During the Tender evaluation, if any suppression or misrepresentation
of fact is brought to the notice of TAMIL NADU WAREHOUSING CORPORATION,
it shall have the right to reject the Tender and if after selection, it would terminate
the contract, as the case may be, will be without any compensation to the Tenderer
and the EMD / SD, as the case may be, shall be forfeited. Tenderers should note
that any figures in the proof documents submitted by the Tenderers for proving their
eligibility is found suppressed or erased, TAMIL NADU WAREHOUSING
CORPORATION shall have the right to seek the correct facts and figures or reject
such Tenders. It is up to the Tenderers to submit the full copies of the proof
documents to meet out the criteria. Otherwise, TAMIL NADU WAREHOUSING
CORPORATION at its discretion may or may not consider such documents. The
Tender calls for full copies of documents to prove the Tenderer's experience and
capacity to undertake the project.
35) Model Form of Contract :
(To be executed in INR 100/- Non-Judicial Stamp Paper bought in the name of
Successful Tenderer for the supply and installation of Weighbridges)
31
SIGNATURE OF TENDERER WITH SEAL
An agreement for Execution of Work Order
This CONTRACT is entered into at Chennai on ……………..(date in
words)…………………..(month in words) of 2017 between TAMILNADU
WAREHOUSING CORPORATION, a Government of Tamil Nadu Sponsored
Undertaking and having its Registered office TAMILNADU WAREHOUSING
CORPORATION, 82, Anna Salai, Guindy, Chennai - 32 herein after referred to as
“TAMILNADU WAREHOUSING CORPORATION” (which term shall mean and
include its Successors and permitted assigns) herein after referred to as Tenderer
and ………………………………………(Successful Tenderer Name) a Company
registered under the Indian Companies Act, 1956 and having its Registered Office
at ………………………………………………………………………………
……………(Full address of the Tenderer) herein after referred to as the “Contractor”
(which term shall mean and include its Successors and permitted assigns).
TAMILNADU WAREHOUSING CORPORATION had floated a Tender
for supply and installation of 60 MT. Pit Less Electronic Lorry Weighbridges at
NALLAMPALLI Village, Dharmapuri District in Tamil Nadu State vide Tender
Rc.4351/2016/T2, dated 10.04.2017. M/s……………………………………………,
……………………………… (Successful Tenderer Name & Place) has quoted
lowest rate (“L1 Tender) of Rs……………./- (Rupees…………………… …………………………………………………….only) inclusive of Cental/State Sales
Tax/VAT, Transportation, Toll Tax, Octroi, State Entry Tax if applicable packing,
forwarding, loading/unloading and Insurance, etc. on FOR destination and agreed
to supply and installation of 60 MT. Pit Less Electronic Lorry Weighbridges at
NALLAMPALLI Village, Dharmapuri District in Tamil Nadu State as per the
following terms and conditions:-
1. This document on having been signed by both the parties shall constitute a
binding contract between the parties and shall remain in force for a period of 4
(four) months. But in the event of any breach of agreement at any time on the
part of the Contractor, the contract shall be determinable by TAMILNADU
WAREHOUSING CORPORATION without compensation to the Contractor. The
contract may also be put to an end at any time by TAMILNADU
WAREHOUSING CORPORATION upon giving seven days notice to the
Contractor.
32
SIGNATURE OF TENDERER WITH SEAL
2. The Contractor agrees to supply and install 60 MT. capacity Pit Less Type
Electronic Lorry Weighbridge at NALLAMPALLI Village, Dharmapuri District
in Tamil Nadu State and commission the Bills of Material detailed in
TAMILNADU WAREHOUSING CORPORATION Tender after carrying out
successfully all tests prescribed by the Tenderer at the unit price including
Taxes. The price offered is firm and is not subject to enhancement on any
ground.
3. The ordered Weighbridge should be delivered and installed and commissioned
within 120 days from the date of receipt of Work Order or Date of handing over
the site whichever is earlier.
4. The price of the ordered Weighbridge as per the Tender includes transportation,
all taxes, excise duty, Surcharges, Freight, Octroi, insurance, commissioning,
and such other levies that may be applicable from time to time by the
Government.
5. The Weighbridge to be supplied under this contract are to be of the quality and
of the sort mentioned in the TAMILNADU WAREHOUSING CORPORATION
Tender document.
6. The Weighbridge to be delivered and installed on F.O.R destination indicated by
TNWC/ Tenderer(s) without any extra cost in such quantities or numbers
contained in the Work order to be issued by TNWC from time to time. Any
amendments to the orders in terms of quantities or delivery period etc., may be
incorporated on a mutually agreed basis. The delivery of goods to the
destination is the responsibility of the Contractor only. The goods supplied under
the contract should be covered for comprehensive insurance by the Contractor
till installation and acceptance by the authority concerned.
7. Any replacement necessitated, as part of the warranty commitments shall be
carried out by the Contractor and faulty parts/materials that arise out of such
replacements shall be taken back by the Contractor within a reasonable time.
8. If the supply of the ordered Weighbridge is not effected as specified in the Work
order, TAMILNADU WAREHOUSING CORPORATION shall have the full
33
SIGNATURE OF TENDERER WITH SEAL
authority to cancel the order and to take any such action that will be deemed fit
in the circumstances.
9. In case of failure by the Contractor to deliver and install the Weighbridges
demanded from them, within the period specified for installation or in case of
goods or materials delivered by them not being of the stipulated quality and
specifications or in the case of goods or materials being delivered without a
correct invoice in duplicate, TAMILNADU WAREHOUSING CORPORATION or
anyone duly authorized by TAMILNADU WAREHOUSING CORPORATION
shall have the power to reject any such goods or materials and to get the work
completed by others in place of any goods or materials so rejected or not
delivered. Unless the Contractor shall themselves forthwith supply that shall be
sufficient and satisfactory any excess of cost so incurred by the Tenderer over
the contract price together with all charges and expenses attending the Work
shall be recoverable by TAMILNADU WAREHOUSING CORPORATION from
the Contractor.
10. 90% payment of the awarded work shall be released after installation,
commissioning and stamping i.e. complete in all respect and ready for operation
and on the production of completion certificate from the committee constituted
for the installation of weighbridges and the balance of 10% shall be released
after the guarantee period of two years from the installation and on producing
satisfactory report from the Regional Managers and the Warehouse Managers
concerned.
11. OTHER TERMS:
a. The contract or any part share of interest in it is not be transferred or
assigned by the Contractor directly or indirectly to any person or persons
whomsoever without the written consent of the Tenderer(s).
b. Penalty amount if any will be adjusted in any payment due to the Tenderer.
c. Neither the TAMILNADU WAREHOUSING CORPORATION nor the
Contractor shall be liable to the other for any delay or failure in the
performance of their respective obligations due to causes or contingencies
beyond their reasonable control such as
34
SIGNATURE OF TENDERER WITH SEAL
i. Natural phenomena including but not limited to earthquakes, floods
and epidemics.
ii. Acts of any Government authority domestic or foreign including but not
limited to war declared or undeclared, priorities and quarantine
restrictions.
iii. Accidents or disruptions including, but not limited to fire, explosions,
break down of essential machinery or equipment, power and water
shortages.
12. The following document shall be deemed to form and be read and construed as
part of this Contract.
a. Tender Terms and Conditions (as per the Tender Notification dated
10.04 .2017).
b. Amendments, if any, issued by TAMILNADU WAREHOUSING
CORPORATION for the Tender document.
c. Corrigendum / Clarifications if any issued by TAMILNADU
WAREHOUSING CORPORATION for the Tender Document.
d. Detailed final offer of the Contractor.
e. Work Order issued by the Managing Director, TAMILNADU
WAREHOUSING CORPORATION, Chennai in Rc.4351/2016/T2,
dated _____.05.2017.
f. Correspondence made by TAMILNADU WAREHOUSING
CORPORATION to the Contractor from time to time during the period
of the contract. Wherever the offer conditions furnished by the
Contractor are at variance with conditions of this contract or
conditions stipulated in the Work order, the latter shall prevail over the
offer conditions furnished by the successful Tenderer.
35
SIGNATURE OF TENDERER WITH SEAL
13. Unless otherwise provided in the agreement, any notice, request, consent or
other communication given or required to be given hereunder shall be given by
mailing the same by registered mail, postage prepaid, return receipt requested
in the case of the Contractor at their respective addresses and set forth above
or with other addresses and to the attention of such other person or persons as
may hereafter be designated by like notice hereunder and any such notice sent
by post shall be deemed to have been served on the date when in the ordinary
course of post, it would have been delivered at the address to which it was sent.
14. In case of any dispute relating to this contract arises the matter would be referred to
the Managing Director, Tamil Nadu Warehousing Corporation, Chennai -32 or
his nominee for the arbitration whose decision shall be final and binding on both
the parties. Such arbitration proceedings shall be held within the jurisdiction of
Chennai Court only and the language of Arbitration shall be in English.
Signature of the Contractor. Managing Director. (Name and Seal) WITNESS: WITNESS: 1. 1. 2. 2.
36
SIGNATURE OF TENDERER WITH SEAL
APPENDIX – I
TECHNICAL DATA
1. Tenderer shall confirm/ provide all information requested in the schedule the
items requiring description shall not be limited by the list as follows. Tenderers
shall include all pertinent items.
2. Technical details : (To be filled by the Tenderer)
A) Deck Structure Plate thickness :
B) Load Cells :
Type of Load Cells :
1) Make :
2) Capacity :
3) Operating Temperature Range :
4) Type of Sensor :
5) Overload Rating (without affecting) :
6) Overloading (ultimate) :
7) Name and address of the
Manufacturer :
C) Digital Indicator :
1) Accuracy ( + ) 10 Kgs. for 60 MT. Capacity :
2) Operating Temperature ( - ) 5 degree :
D) Printer (Dot Matrix) :
1) Make :
2) No. of character per line (80 col. Min.) : 3) Operating Temperature range ( - ) 5 degree C to 50 degree C :
E) PC Core – i3, Duo of reputed make / brand :
1) Make :
2) Operating Temperature (-) 5 degree C to 50 degree C
3) DVD RW Drive 4) 2 GB RAM 5) Optical Mouse 6) Key Board 104 keys “Alpha Numeric”
with membrane 7) Hard Disk Drive 500 GB or above 8) 18.5” TFT and above colour monitor 9) Window 8 Operating System
Signature of person[s] authorized
Name & Designation
37
SIGNATURE OF TENDERER WITH SEAL
APPENDIX – II
SUPPLY AND INSTALLATION OF 60 MT. PIT LESS TYPE ELECTRONIC LORRY WEIGHBRIDGE CERTIFICATE
(To be submitted along with the Tender)
Letter of Undertaking
To The Managing Director,
TAMIL NADU WAREHOUSING CORPORATION
82, Anna Salai, Guindy,
Chennai – 600 032.
Sir,
Sub: Undertaking for participating in TAMIL NADU WAREHOUSING
CORPORATION's Procurement Tender – Reg.
******
I / We ………………………………………… have gone through the
Terms and Conditions, Scope of Work and Specification and will abide by them as
laid down (Tender Documents, Tender).
I / We …………………………………………hereby confirm that our
Company was not blacklisted by any State Government/ Central Government/
Public Sector Undertakings during the last three years. We also hereby confirm that
our EMD/SD was not forfeited by any State Government / Central Government /
Public Sector Undertakings during the last three years due to our non-performance,
non-compliance with the tender conditions etc.
I / We ………………………………………… hereby declare that all the
particulars furnished by us in this Tender are true to the best of my/our knowledge
and we understand and accept that if at any stage, the information furnished is
found to be incorrect or false, we are liable for disqualification from this tender and
also are liable for any penal action that may arise due to the above.
38
SIGNATURE OF TENDERER WITH SEAL
I / We…………………………………………..certify that no refurbish
components are used in the manufacturing and supply of Tendered Weighbridge.
In case of violation of any of the conditions above,
I/We………………… ……..understand that I / We ……………………………are liable
to be blacklisted by TAMIL NADU WAREHOUSING CORPORATION for a period of
five years.
Yours faithfully, Date : Place : Name, Signature, Designation and Seal WITNESS SIGNATURE :
Name
Address and occupation of witness.
Note:
1) This undertaking shall be furnished in the company’s letter head as per format given above.
2) If the bidding firm has been blacklisted by any State Government/Central
Government/ Public Sector Undertakings earlier, then the details should be
provided.
39
SIGNATURE OF TENDERER WITH SEAL
APPENDIX – III
FINANCIAL CAPACITY :
1) Name of the firm :
2) Address of the Registered Office :
3) Address of the Office for Communication :
4) Net worth of the Firm (Rupees) :
5) Annual Turnover (Rupees) for :
2013-14
2014-15
2015-16
6) Average Annual Turnover for the above 3 years :
7) Furnish name, address, Telephone No.,
Fax No. & Contact person of your Bankers in
a separate list attached to this appendix :
8) Furnish name, address, telephone No., Fax No. and contact person of your Insurance Company in a separate list attached to this appendix :
I hereby authorize the Managing Director, TAMIL NADU
WAREHOUSING CORPORATION and its consultants /Representatives to seek
information as required from our Bankers and Insurers.
Date:
Signature of person[s] authorized
Name & Designation
Attachments to be submitted along with this Appendix :
Audited annual reports for the three (3) preceding Financial Years i.e. 2013-14,
2014-15 and 2015-16.
40
SIGNATURE OF TENDERER WITH SEAL
APPENDIX – VI
CHECK LIST
(Please mention “Yes” (or) “No” and Page No. as the case may be, for each item
below)
Sl. No.
Description Yes / No
Page No.
1 Covering Letter
2 EMD Demand Draft attached with Technical Bid.
3 If not attached the EMD Demand Draft, evidence to be produced for the exemption of EMD.
4 Certificate as per Appendix-II
5 Evidence of Technical Experience in the field of Weighbridge.
6 Evidence of Financial Standing as per Appendix-III with copy of Audited annual statement for the Financial Year 2013-14, 2014-15 and 2015-16.
7 Income Tax Returns for the Financial Year 2013-14, 2014-15 and 2015-16.
8 Cost of Tender Document with VAT, DD No. & Date
9 Letter of Tender as per Appendix-V
10 Declaration by the Tenderer that his Tender is without any Technical and Commercial deviations in the format of the letter enclosed with the Tender as per Appendix-VIII
11 Certified Power of Attorney authorizing a representative or Representatives of the Firm to sign the Tender and all subsequent communications.
12 Documentary evidence of unambiguous fulfillment of eligibility Criteria of a reputed Tenderer of Weighbridge along with Supplying, Installation and Maintenance Capacity Certificate
13 VAT / CST/ Sales Tax verification certificate obtained from the Commercial Tax Department, Government of Tamil Nadu for Financial Year 2013-14, 2014-15 and 2015-16.
14 The Manufacturer should produce the Valid License from the Weights and Measures dept., of Govt. of Tamil Nadu or Govt. of India.
15 Schedule of confirmation of Technical Data as per Appendix-I
16 In case the Tenderer is the Registered Company in India, produce the copy of Certificate of Incorporation.
17 In case the Tenderer is the Registered Partnership Firm, produce the copy of Registered Partnership Deed.
41
SIGNATURE OF TENDERER WITH SEAL
Sl.
No. Description
Yes / No
Page No.
18 Copy of Work Orders executed before 31.03.2014 and performance/ Completion Certificate obtained from the Customer should be submitted. i.e. minimum of 25 Nos. not less than 40 MT.
19 Copy of the Certificate of Registration for supplying, installation and maintenance of Weighbridge state wide issued by Appropriate Authority.
20 Valid proof of having sufficient local centres in Tamil Nadu
21 Furnish Profile of the Tenderer as per Appendix-VIII
22 Declaration as per Appendix-IX
23 A set of detailed description of outline on dimensional and cross section drawings of platform, cabin, etc.
24 Declaration certificate to be furnished for “Debarred” in any Central/State Government & Public Sector Undertakings.
Signature & Name of the
authorized signatory of the company
with seal.
42
SIGNATURE OF TENDERER WITH SEAL
APPENDIX – V
LETTER OF TENDERER
To
The Managing Director, Tamil Nadu Warehousing Corporation, 82, Anna Salai, Guindy, Chennai-600 032. Sir, Sub: Tender for the supply and installation of Weighbridges.
***** We, the undersigned do hereby Tender and undertake to perform, provide, execute all the works, materials, matters and things described or intimated in the various schedules hereto annexed and the specifications thereto (which have been produced to and carefully examined by us) in strict accordance with and subject to the terms, provisions and conditions set forth or mentioned in the said schedules, specifications at the rates given and as stated in the Tender schedule. We herewith enclose Demand Draft/Banker’s Cheque No. _________________ dated____________ in favour of the “TAMIL NADU WAREHOUSING CORPORATION” payable at CHENNAI – 32 for Rs.19,000/- (Rupees Nineteen Thousand only) as a guarantee for the due fulfillment of our Tender [EMD] and if successful undertake and agree to forward to the Managing Director, TAMIL NADU WAREHOUSING CORPORATION in (15) fifteen days after the notification of the acceptance by the Managing Director, TAMIL NADU WAREHOUSING CORPORATION of this Tender has been received by us, the Security Deposit as demanded in the form and manner required as security for the due fulfillment of our Contract. We, undertake and agree that we will not withdraw this Tender during the period that will be required for intimation of acceptance or non -acceptance as stipulated in the Tender document such period to date from the last date by which Tenders are due to be submitted to the Managing Director, TAMIL NADU WAREHOUSING CORPORATION. If we do so withdraw, we shall forfeit the Earnest Money Deposit to the Managing Director, TAMIL NADU WAREHOUSING CORPORATION. We further undertake to produce the certificate of VAT verification in original from the Commercial Tax Department and agree to execute at our cost the Agreement in (15) fifteen days after the notification of the acceptance of our Tender has been received by us. In the event of our failing to make the Security Deposit or to execute the Agreement in the said manner, the sum of Rs.____________ (Rupees. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . only ) accompanying this Tender shall be forfeited to the Managing Director, TAMIL NADU WAREHOUSING CORPORATION and this concluded Contract shall in such case be considered as having been cancelled or terminated and we agree to be liable irrespective of the forfeiture aforesaid for all damages, losses, costs, charges and expenses arising from or by reason of such failure and arrangements. As witness our hand this.......................................day of----------------------2017. Signature :
Name & Address : Company Seal :
43
SIGNATURE OF TENDERER WITH SEAL
APPENDIX – VI
FORM OF LETTER CONFIRMING AGREEMENT WITH TECHNICAL AND
COMMERCIAL TERMS & CONDITIONS OF THE TENDER.
To
The Managing Director,
Tamil Nadu Warehousing Corporation,
82, Anna Salai, Guindy,
Chennai-600 032.
Sir,
Sub: Tender for the supply and installation of Weighbridge.
----
We have examined the Tender document, the receipt of which is
hereby acknowledged.
We have submitted our Tender Ref. Rc.4351/2016/T2, dated
10.04.2017 for the supply and installation of Weighbridge with civil works, etc.,
there for as per the specifications and terms and conditions of the Tender
Document.
We confirm that our Tender is in conformity with the technical
specifications and commercial terms & conditions as stipulated in the Tender
Document and without any deviations whatsoever. We are aware that our Tender is
liable for disqualification in the event of technical and commercial deviations are
observed by the Tender Accepting Authority at a later date during the process of
evaluation of our Tender.
Thanking you and assuring you of our best services always.
Yours faithfully,
Name of the Tenderer
Signature and name of the authorised signatory
Company Seal
44
SIGNATURE OF TENDERER WITH SEAL
APPENDIX – VII
CERTIFICATE FOR INSTALLATION OF WEIGHBRIDGE IN TIME
To
The Managing Director,
Tamil Nadu Warehousing Corporation,
82, Anna Salai, Guindy,
Chennai – 600 032.
Sir, We, M/s ......................................... hereby undertake and ensure that
as per the Tender Weighbridge floated by TAMIL NADU WAREHOUSING
CORPORATION, will supply and install within the stipulated time and strictly follow
the instructions of TAMIL NADU WAREHOUSING CORPORATION for the
installation of Weighbridge in time as per the conditions stipulated in the Tender. No
financial commitment will be claimed by us for the same.
We ensure that we will complete the Weighbridge installation work in
all aspect and get sealing certificate for the same from the Weight and Measures
department within the stipulated time as per Tender condition. If we fail to complete
the work in time as per the condition stipulated in the Tender, TAMIL NADU
WAREHOUSING CORPORATION reserves the right to terminate the contract with
us and we may be declared as non performer which may not permit us in
participating tenders floated by TAMIL NADU WAREHOUSING CORPORATION in
future, for the next five years.
In case of violation of any of the conditions above,
I/We................................................. understand that I/We are liable to be blacklisted
by TAMIL NADU WAREHOUSING CORPORATION for a period of five years.
Yours faithfully,
Name of the Tenderer
Signature and name of the authorised signatory
Company Seal
45
SIGNATURE OF TENDERER WITH SEAL
APPENDIX – VIII
PROFILE OF THE TENDERER
1. Name of the Company / Tenderer :
2. Year of incorporation :
3. Nature of the Company
(Registered Company or Partnership or Proprietary)
:
: 4. Registered office
Postal Address :
Office Telephone Number :
Fax Number :
5. Contact Person
Name :
Personal Telephone Number :
Email Address :
6. Local presence at Tamil Nadu
Telegraphic Address :
Office Telephone Number :
Fax Number :
7. Contact Person
Name :
Personal Telephone Number :
Email Address :
8. Registration Details
Permanent Account Number :
VAT Registration Number :
CST Registration Number :
Service Tax Registration Number :
9. Banker's Name & Address
10. Bank Account Number :
11. ESI Registration No. and Remittance details for last 3 years
:
12. PF Registration No. and Remittance details for last 3 years.
:
Name of the Tenderer
Signature and name of the authorised signatory
Company Seal
46
SIGNATURE OF TENDERER WITH SEAL
APPENDIX – IX
DECLARATION
I / We …………………………. agree that the offer shall remain open
for acceptance for a minimum period as stipulated in the Tender from the date of
opening of the tender and thereafter until it is withdrawn by us by notice in writing
duly addressed to the authority of opening the tender and sent by registered post
with acknowledgement due or otherwise delivered at the office of the authority.
The EMD amount shall not bear any interest and shall be liable to be
forfeited to TAMIL NADU WAREHOUSING CORPORATION should I / We
……………………………..….…fail to abide by the stipulations to keep the offer
open for a period mentioned above or fail to sign and complete the contract
document as required by TAMIL NADU WAREHOUSING CORPORATION and
furnish the Security Deposit as specified in the terms and conditions of the contract.
The EMD amount may be adjusted towards SD or refunded to me/us unless the
same or any part thereof has been forfeited as aforesaid.
I / We agree to adhere with the schedule of implementation and
deliver the Weighbridge as specified in the tender.
I / We declare that the Tender has been submitted without any
conditions and strictly as per the Terms and Conditions of the tender document and
I/We am/are aware that the Tender is liable to be rejected if it contains any other
conditions.
I / We declare that the information furnished in the tender is true to the
best of my/our knowledge. If any false/fictitious information is found I/We agree to
the rejection of the Tender and consequence action.
Place :
Date :
Name of the Tenderer
Signature and name of the authorised signatory
Designation
Company Seal
1
SIGNATURE OF TENDERER WITH SEAL
NOT TRANSFERABLE
Tender No. 4351/2016/T2 Date: 10.04.2017
TAMIL NADU WAREHOUSING CORPORATION (A Government of Tamil Nadu Sponsored Undertaking)
No.82, Anna Salai, Guindy, Chennai – 600 032.
Telephone Nos. 044-22302300, 22302307 - Fax No. 044-22201320
E-mail ID : [email protected]
Web : www.tnwc.in
PART - B
PRICE BID
FOR
Purchase and Installation of 60 MT. Capacity
Pit Less Type Electronic “Lorry Weighbridge”
Including Civil, Electrical and
Allied Ancillary Works on
Turn Key Basis under Two Bid System
at
NALLAMPALLI Village, Dharmapuri District, Tamil Nadu State
Address of the Warehouse : Nallampalli Warehouse
Tamil Nadu Warehousing Corporation,
Nallampalli Village,
Dharmapuri District,
Tamil Nadu State.
2
SIGNATURE OF TENDERER WITH SEAL
Tender No. 4351/2016/T2 Date: 10.04.2017
II. PART B – PRICE BID
I. SCHEDULE FOR INSTALLATION OF 60 MT. CAPACITY PIT LESS
TYPE ELECTRONIC WEIGHBRIDGE INCLUDING CIVIL, ELECTRICAL
WORKS, CABIN AND RELATED ANCILIARIES/WORKS, ETC.
AT
NALLAMPALLI WAREHOUSE
Item
No. Description
Amount
(in Rs.)
1 Cost of equipments
(a) Compressing of Platform, Structures, Load
Cells, Digital Weight Indicator, Printer,
compatible with PC, Alpha Numeric Key
Board, Inter connecting cables, Junction
Box, UPS., Stabilizer, 18.5” Colour Monitor, Optical Mouse, Complete as per Technical
specifications for 60 MT. 12 mm x 3 mm
Platform size Pit Less Type weighbridge
including excise duty (if applicable) to be
shown separately in the bill and will be paid
to the party on production of the proof of
payment (Photo copy) made to appropriate
authority.
(b) Central/State Sales Tax/VAT
(c) Transportation, Toll Tax, Octroi, State entry
Tax if applicable packing, forwarding,
loading/unloading and insurance, etc.
….………………..
……………………
……………………
2 Cost of Civil and Electrical Works
a) including construction of weighbridge
foundation, weighbridge cabin, Ramp,
electrical works, etc.,
b) Installation, commissioning and stamping
charges of weighbridge and Test weights
complete in all respect.
………………….
…………………..
3
SIGNATURE OF TENDERER WITH SEAL
Item
No. Description
Amount
(in Rs.)
3 Cost of Supervision for commissioning of the
weigh bridge at the project site and make it fit to
work under all climatic and dust prone conditions
4 Any other cost(s) not envisaged above, but
required for the completion of turnkey job like the
cost involved for various types of soil / Rock.
5 Providing of complete Test Weights required
(i.e., 20 Kgs. x 50 Nos. = 1000 Kgs.)
Grand Total (Sl.No.1 to 5)
(Rupees .............................................................................................................. only)
Remarks-1: Taxes, duties etc., may be indicated separately wherever applicable at
applicable rate.
Remarks-2: Service Tax, if applicable should be mentioned separately and will be reimbursed at applicable rate on production of proof of payment made to the appropriate authority.
Name of the Tenderer
Signature and name of the authorised signatory
Designation
Company Seal