csir - central leather research institute · freight forwarder and customs house licensed clearing...
Post on 19-Apr-2020
4 Views
Preview:
TRANSCRIPT
सीएसआईआर – केन ् द्रीय चमम अनुसंधान संस ् थान
CSIR - CENTRAL LEATHER RESEARCH INSTITUTE
(वैऻाननक तथा औद्योगगक अनुसंधान ऩररषद् Council of Scientific & Industrial Research)
अडयार, चैन्नै, तममऱनाडु Adyar, Chennai – 600 020, Tamil Nadu
दरूभाष Telephone : 91–44 –24437162, 24437193, 24437420 ई-मेऱ Email :spo@clri.res.in
No. 2(03)/2018/Pur 22nd May, 2018
INVITATION FOR BIDS / NIT
Director CSIR-CLRI invites Tenders under Two Bid System from IATA LICENCED FREIGHT
FORWARDERS AND CUSTOMS HOUSE LICENCED CLEARING AGENTS BY GIVING
DOCUMENTARY EVIDENCE for undertaking Consolidation work for Imported Consignments
& Customs Clearance.
Sl. No.
Tender No. Tender Description Bid Security (EMD)
01. 2(03)/2018/Pur/T-24
Tender for undertaking Consolidation
work for Imported Consignments &
Customs Clearance.
Rs. 20,000/-
Tender Closing Date &Time: 13th June 2018 upto 12.00 P.M. (IST)
Tender Opening Date & Time: 13th June 2018 at 3.00 P.M. (IST) A Pre-Bid Conference will be held at 11.00 a.m. on 28th May, 2018 (Monday) in B.M. Das Hall
.All Interested bidders are requested to attend. Modification if any in the Tender Document
after the Pre-Bid Conference would be hosted on the website only.
The tender document can be downloaded from our website www.clri.org under Tenders.
STORES & PURCHASE OFFICER
सीएसआईआर – केन ् द्रीय चमम अनुसंधान संस ् थान
CSIR - CENTRAL LEATHER RESEARCH INSTITUTE
(वैऻाननक तथा औद्योगगक अनुसंधान ऩररषद् Council of Scientific & Industrial Research)
अडयार, चैन्नै, तममऱनाडु Adyar, Chennai – 600 020, Tamil Nadu
दरूभाष Telephone : 91–44 –24437162, 24437193, 24437420 ई-मेऱ Email :spo@clri.res.in
स.ं 2(03)/2018/क्रय 22 मई, 2018
बोऱी्आमंत्रण्/्ननववदा्आमंत्रण्सूचना सीएसआईआर-सीएऱआरआई के ननदेशक, आयानिि माऱ और सीमा शुल्क ननकासी हेिु समेकन कायय करने के लऱए IATA ऱाइसेन्स प्राप्ि माऱ अगे्रषकों और सीमा शुल्क का ऱाइसेन्स प्राप्ि ननकासी एजेंटों से दस्िावेजी प्रमाण प्रस्िुि करिे हुए दो बोऱी प्रणाऱी के िहि ननववदाए ंआमंत्रिि करिे हैं।
क्र.स ं ननववदा सं. ननववदा वववरण् बोऱी सुरऺा (EMD)
01. 2(03)/2018/क्रय/T-24 आयानिि माऱ और सीमा शुल्क ननकासी के लऱए समेकन कायय करने हेिु ननववदा
रु. 20,000/-
ननववदा समाप्त होने की तारीख एवं समय : 13 जून 2018 अऩराह्न 12.00 बज े(IST)
ननववदा खोऱने की तारीख: 13 जून 2018 को सायं 3.00 बज े(IST)
28 मई 2018 (सोमवार) को प्रातः 11.00 बज ेबी.एम.दास हाऱ में बोऱी ऩूवम बैठक का आयोजन ककया जाएगा। सभी इच्छुक बोऱी ऱगानेवाऱों से अनुरोध है कक व ेउक्ि बैठक में अवश्य भाग ऱें। बोऱी ऩूवय बैठक के बाद ननववदा दस्िावेज में संशोधन, यदद कोई हो, िो वेबसाइट ऩर ही प्रदलशयि ककया जाएगा।
हमारे वेबसाइट www.clri.org में ननववदा शीषय के अिंगयि ननववदा दस्िावेज डाउनऱोड ककया जा सकिा है।
भंडार एव ंक्रय अगधकारी
Page 1 of 15
सीएसआईआर – केन्द रीय चर् अन ुंधास संध स ा ंध CSIR - CENTRAL LEATHER RESEARCH INSTITUTE
(वैज्ञंनधक त ं औद्य चर्ोगिक ंधास संध पररषद् Council of Scientific & Industrial Research)
ंडय चर्ंर, ैन्द धै, तमअनलधंडा Adyar, Chennai –600 020, Tamil Nadu
दरूभंष Telephone : 91 – 44 – 24437162, 24437257,24437193, 24437420
ई-अेनल Email :spo@clri.res.in
TENDER DOCUMENT
File No.2(03)/2018/PUR Dated: 21.05.2018
Due on 13.06.2018 at 12.00 HRS (IST) Opening on 13.06.2018 at 15.00 HRS (IST)
Sub: TENDER FOR UNDERTAKING CONSOLIDATION WORK FOR IMPORTED
CONSIGNMENTS & CUSTOMS CLEARANCE
Central Leather Research Institute (CLRI), Chennai is one of the constituent Laboratories of the
Council of Scientific & Industrial Research under Ministry of Science and Technology.
The Institute imports around (50-85) products mostly consisting of sophisticated Research
Equipments, Chemicals, Fine chemicals, perishable cargo like live cells to Chennai International
Airport from various international Exit Airport all over the World in particular from USA, Great
Britian, Singapore, Germany, Switzerland, China, Japan, etc.
The Institute desires to enter into a freight forwarding and clearance Contract with an IATA Licensed
freight forwarder and Customs House Licensed clearing Agent. Possession of CHA License &
Consolidation License in their own name is a Compulsory Qualification for the Bidder. The
Institute desires that the prospective bidder should have start of the art facilities and human resources
to provide us a sound logistics which should enhance the efficiency of the supply Chain Management
System.
In pursuit of identifying a capable firm with the lowest price to cater to our demands of an efficient
supply chain of which the bidder would be an important Cog, CLRI invites Bids in Two Bid format
for finalization of Consolidation & Clearing Agent.
Page 2 of 15
Bidders are requested to submit their quotations by way of TWO PART (Part-I Technical, Part-II
Price Bid) SEALED quotation in favor of The Director, CLRI, which should reach this office and be
dropped in the tender box at purchase section Chennai latest by 13.06.2018 at 12.00 HRS (IST). The
quotations will be opened at 15.00 HRS (IST) on the same day in the presence of the Representative
of the Bidders if any, who may participate in the Tender Opening.
Pre-Bid Conference:- A Pre-Bid Conference has been arranged on 28.05.2018 (Monday) at
B.M. Das Hall at 11.00 Hrs. Any modification in the tender document and clarification would be
hosted on the website only.
1.0 SCOPE OF WORK: - Following jobs shall fall under the scope of the Consolidation-cum-
clearance contract:-
1.1 CONSOLIDATION OF THE CONSIGNMENTS BEING IMPORTED FROM
THROUGH OUT THE WORLD:
1.1.1 Complete Monitoring and Supervision of the movement from the date of order/LC and regular
feedback on the progress of order to CLRI on weekly basis. In case the Pre-Alert/Advance
Shipping Document is not received before landing of the consignment the delay in clearance
will be on the part of Agent and the amount of demurrage will be recovered from the bill. CLRI
will not pay any amount on account of demurrage charges.
1.1.2 To provide timely information (pre-alert) regarding dispatches and other relevant Information
to CLRI via E-mail
1.1.3 To facilitate specialized packing of all kinds of materials as per the IATA specifications and
international packing standards.
1.1.4 Clearance and Transportation of special projects materials voluminous and heavy packages,
dangerous and hazardous materials including radioactive materials, perishable goods.
1.1.5 Prompt communication through telephone and Email etc. to ensure quick clearance.
1.1.6 Insurance of the consignment on Warehouse to warehouse basis for CIP/CIF value +10% 1.1.7 Any other service needed regarding consolidation.
Page 3 of 15
1.2 CLEARANCE
1.2.1 ► Collection of documents related to Imports/Exports from CLRI, Chennai.
► Custom clearance of the consignment.
► Obtaining Non-delivery certificate/short landing certificate in the case of materials
which are short delivered by IAAI, or airlines and lodging of claims with them
immediately on behalf of CLRI.
► Arranging joint insurance survey at Airport/IAAI in case of damage to the consignment
or if the tilt or shock indicator indicates rough handling.
► Dispatch/delivery of consignment at CLRI, Chennai after custom clearance
immediately 1.2.2 Any other job in connection with the clearance of goods from Customs. 1.2.3 Clearance of Post Parcels from Customs/Foreign Post Office, & delivery to CLRI, Chennai.
1.2.4 Clearance of consignments from Any Port and dispatch to CLRI, Stores, Chennai or in any of
its regional Centre‟s namely Kanpur, Jalandhar, Kolkata and Ahmedabad.
1.2.5 Follow–up of cases of recovery of any excess duty paid to customs. 1.2.6 Clearance for consignment through courier mode. 1.3 EXPORTS TO VARIOUS COUNTRIES:
1.3.1 Export of Certain Items for Repairs, which will be Re-Imported after repairs. 1.3.2 Export of equipments for replacement.
1.3.3 All procedural formalities for these Exports with customs will be required to be done by the
Bidder.
1.4 DURATION OF CONTRACT:
1.4.1 The Contract would be awarded for a year and the same would be extendable by a period of 2
more years subject to a satisfactory review at the end of the 1st and 2
nd year.
Page 4 of 15
2.0 ELIGIBILITY CRITERIA:- (TO BE KEPT IN PART-1- TECHNICAL BID)
2.1 Quotations of only those Bidders who have fulfilled the Eligibility Criteria as mentioned below
are to be considered and necessary documents in this regard documents must be enclosed with
the quotation (Technical Bid)- Separate sealed cover Part I.
2.2 The Bidder should have valid Consolidation & CHA Licences in their own name (single name).
Firms not having these qualifications need not apply. Copies of documents in this connection
must be enclosed.
2.3 The Bidder should be registered member of IATA or FIATA. Document regarding the same
is to be attached.
2.4 The Bidder should have successfully executed at least 3 similar contracts during the last
three years in any Govt. Department/ PSU /CSIR LABS/ Public Funded Autonomous Bodies
/ICAR/IIT/ ICMR / DRDO/Reputed Private Firms. Contract copies evidencing the above
should be attached.
2.5 The Bidder must submit EMD (Bid Security) of Rs. 20,000.00 (Twenty thousand) in the form
of Demand Draft or Bank Guarantee of scheduled/ nationalized bank in favor of The Director,
CLRI, Chennai valid for six months AFTER the period of the BID VALIDITY. EMD should
be submitted along with Technical Bid. No interest would be paid on EMD.
2.6 The bidder should have a local office in Chennai (Submit Address, Contact No. with proof).
2.7 List of Addresses of the overseas counterpart with Phone, Fax, Contact Person and Email
ID should be submitted.
2.8 The bidder should agree to carry perishable / dangerous goods also and a letter stating the
commitment should be enclosed in the Technical Bid.
Documents in support of 2.2 to 2.8 must be submitted in the Technical Bid.
3.0 BID EVALUATION CRITERIA:
Price Bids of those bidders qualifying Technical evaluation as per Eligibility Criteria (2.2 to
2.7), will be opened under intimation TO THE responsive bidders & the evaluation of Lowest
Bidder will be completed as detailed below : -
The Technical Bids meeting the eligibility criteria as stipulated above in Sl. No.2.2 to 2.7
(Eligibility Criteria) of this tender will be evaluated, further with regard to their price bids and
lowest bidder evaluated.
Page 5 of 15
3.1 Airfreight charges (Annexure I): Airfreight charges as per the Eligibility Criteria would
include charges for air freighting the consignment from International Exit Airport to Chennai
International Airport on weight slab System as per Annexure 1.
However these charges would not include fuel surcharge and security surcharge, which will be
paid at actual. A separate annexure for pick up charges, handling charges and other charges of
each country should be attached with the price bid, in case of Ex works shipment. FCA charges
should be separately indicated.
In the destination country i.e. Chennai the following can be paid i.e. delivery order fees of
Airline, charges collect, break bulk, and IGM Fee.
Please fill up Schedule of rates Annexure I. 3.2 Clearance Charges (Annexure II): The rates must be quoted according to the format only
(Annexure II); otherwise quotation will be rejected. Airline DO charges will be paid at actual,
and would have to be paid up front and recouped.
3.2.1 The Bidders must have their own arrangements of warehousing, insurance, pick-up and
delivery by road within the country and also in the exporting/importing country. Details of
these facilities in India should be given for proper evaluation.
3.3 Insurance charges (Annexure III) : The rates must be quoted according to the format only
otherwise quotation shall be rejected.
3.4 Responsive lowest bidder : The contract will be awarded to the responsive lowest bidder who
shall be overall lowest taking into account all the three groups i.e. air consolidation (Annexure
I), clearance charges (Annexure II) and Insurance charges (Annexure III) subject to fulfillment
of 2.2 to 2.7 of Eligibility Criteria. While evaluating in case of variance of L1 in various sectors
and weight slab the lab will be taking a considered decision with help of historical data from
last 3 years with regard to maximum shipment and evaluate L1 in those sectors and weight
slabs. 4.0 CONTRACTUAL OBLIGATIONS:-The following obligations are within the scope of
services to be provided by the Bidder:-
4.1 Import/export can be from/to any country. On the receipt of consignment the firm has to submit
a clear copy of MAWB, HAWB, CAN and commercial invoice for Bank Release Order. The
Bill of Entry (B/E) in respect of CIF shipments must be sent to CLRI by courier within 7
working days of custom clearance. Custom duty would be paid by the CHA and reimbursed
with the invoice.
Page 6 of 15
4.2 Bidder will be responsible for the safety of the cargo in all circumstances and handling
complete and proper papers whether it may be for import or export of consignment. In the
event of non-availability of invoice or other relevant papers and if the consignment incurs
demurrage or penalty, the consolidator shall be solely responsible.
4.3 Pre-shipment advise must be intimated well in advance (48 hours prior to shipment). A weekly
statement showing consignments shipped during last week and the proposed shipment during
the next week through e-mail should be submitted invariably to CLRI.
4.4 The Bidder will pay all the clearing charges of the consignment including Airfreight/Sea-
freight charges, and clearing charges etc. and the same will be paid to you after receipt of the
consignment in CLRI, Stores on the receipt of pre receipted bill in Triplicate addressed to
Director CLRI, Chennai along with the relevant document as a proof for which payment is
charged, as per the contract.
4.5 The payment of Airfreight and clearing charges will not be made if the consignment is in
damaged condition both externally or internally. However, the payment will be released only
after the amount is recouped from the insurance company. CLRI will not bear / pay any
demurrage charge on account of any delay in clearance attributable to clearing agent / freight
forwarder.
4.6 The consignment after clearance form Airport should directly be delivered to CLRI Stores
Chennai. In Case of perishable items, it should be delivered within minimum required period
with proper arrangement. The perishable consignments should be cleared immediately on
landing and clearance process for such consignments should begin well in advance. In case, a
perishable consignment is damaged due to insufficient dry Ice during clearance, agency shall
be held responsible for the complete loss.
4.7 Any kind of loss or damage to the consignment from foreign airport to our warehouse will be
bidders responsibility for recoupment. However, necessary documents on this account (to be
prepared by bidder) will be signed by us in the capacity of consignee/importer.
4.8 The weight for the purpose of clearance from airport will be the “Chargeable weight of the
consignment”.
5.1 Airfreight Charges: The Air freight charges should be understood as detailed in 2.1 of
Eligibility Criteria
5.2 Exchange rate of foreign currency for the purpose of calculation of Air Freight charge and sea
freight charge:-
5.2.1 The exchange rate as notified by customs for imports or RBI Exchange rate on the date of
arrival of shipment at Airport will be applicable.
Page 7 of 15
5.2.2 The firm will have to submit the exchange rate chart from the Customs / RBI for the purpose
of scrutiny of Airfreight charges for the consignments arrived at the Airport.
5.3 The successful Bidder will have to submit a Performance Bank Guarantee for Rs. 50,000/-
(Rupees Fifty Thousand only) from a nationalized bank as security, which should be valid at
least for 18 months (One Year + Six months) from the date of contract. The same Bank
Guarantee will be refunded / returned after completion of 18 months. No interest would be paid
on Bank Guarantee. Director, CLRI will have the discretion to invoke the payment from the
Bank for any breach of contract.
5.4 Ex-Works shipments: in case the foreign supplier agrees to supply the goods on ex-works basis
only the consignment shall be lifted by the agent from the foreign supplier‟s works for onward
shipment to CLRI, Stores, Chennai. The pick-up charges upto the nearest international gateway
airport in suppliers country shall be paid by CLRI, Chennai at actuals. Pick up charges all over
the world may be submitted separately along with your price bids, along with charges for
handling.
5.5 Bank release order (for consignment against irrevocable letter of credit) will be delivered only
after its receipt from the bank. Custom clearance should be initiated without waiting for bank
release order. The Bill of Entry (B/E) in respect of CIP/CIF shipments must be sent to CLRI
immediately on customs clearance.
5.6 Even in the case of any dispute, the consignment shall be cleared by the agent and handed over
to CLRI, Chennai (Tamil Nadu), pending the settlement thereof. 5.7 The efficiency of the Bidder will be judged by us on following aspects; 5.7.1 Custom clearance without DEMURRAGE CHARGES.
5.7.2 Coordinating with Customs/Carrier and Obtaining Cargo Arrival Notice within 24 Hrs. on
landing at Airport and Forwarding the same to CLRI, Chennai (Tamil Nadu),
5.7.3 On collection of Documents from CLRI, Chennai (Tamil Nadu), and after customs clearance of
the consignment within free period; delivery to CLRI, Stores, Chennai (Tamil Nadu), must be
made immediately.
5.7.4 Prompt consolidation of cargo and delivery at Chennai International Airport by the first
available flight. 5.7.5 Constant communication channel with the supplier for handing over of the cargo.
5.8 The Bid must be accompanied by name and complete address of all associates located in
different countries along with Names, Telephone, Telex, Fax and E-mail numbers of contact
persons.
Page 8 of 15
5.9 The successful bidder shall handle sophisticated and valuable consignment, hence the bidder
shall have to furnish a PBG for an amount of Rs.50,000/- (Rupees Fifty thousand only) by DD
of BG in favour of Director, CLRI, Chennai to safeguard the interest of CLRI in the event of
any loss to CLRI due to any act of omission and commission by the successful bidder. The
EMD will be returned on receipt of PBG.
5.10 The successful Bidder will have to give an undertaking that no consignment of CLRI will be
detained / withheld by them before or after the clearance under any circumstances.
5.11 The Bidder must intimate CLRI well in advance (48 Hrs/pre-alert advice), before the date of
arrival of the consignment at Airport with the house Airway bill and master Airway bill
numbers so that the required documents are prepared and sent to the bidder in time. The agency
shall be held responsible for any delay on their part where they, do not file the bill of entry with
custom or do not confirm any discrepancy of CLRI, in documents. The demurrage charges due
to agent‟s negligence will be recovered from them. Similarly the agent shall have to make good
to CLRI, Chennai (Tamil Nadu) any loss incurred due to negligence or failure on their part to
take prompt action in finalization of B.E. and clearance of consignment.
The firm may be required to carry out joint inspection of the ordered material at the
country/port of shipment or supplier‟s premises on behalf of CLRI, Chennai (Tamil Nadu), if
required in certain cases.
Safe Custody of the Consignment Cleared is The Responsibility of The Bidder until It Is
Delivered to CLRI, Stores, Chennai, Tamil Nadu.
5.12 The Bidder shall be required to examine carefully all packages marked for customs
examination of each consignment arrived at the airport with respective invoices/packing list
etc. Any damage or loss of goods should be brought to the notice of CLRI, Chennai (Tamil
Nadu), immediately. In case any short landing of cargo is noticed the agent shall be required to
file “not traceable” or “not found” notice with the airport authorities and obtain „not traceable‟
certificate and also lodge formal claim on airport authority/concerned Airlines with all
necessary documents under intimation to CLRI, Chennai (Tamil Nadu).
5.13 The consignment after clearance from airport should be delivered at our Stores immediately.
5.14 In case the cargo is received short or in damaged condition or there is short landing of cargo no
payment shall be released to the bidder till CLRI receives the complete consignment/insurance
claim. In all such cases the bidder is required to file “Shortage” or “Damage” or “Not Found”
or “Not Traceable” notice with the Airport Authorities, obtain necessary certificate from the
Airlines/Sealiner and lodge necessary claim with the concerned authorities under intimation to
CLRI, Chennai.
Page 9 of 15
5.15 Penalty Clause: Director, CLRI reserves the right to deduct penalty @ 0.5% per week of FCA
price (incoterms 2010), for delay in consolidation and Airfreight of CLRI shipments and
delivery to Stores, CLRI, Chennai. (Maximum penalty shall be 2%) The period for this will be
calculated from the date of intimation by supplier about the readiness of
Equipment/Consumable for shipment.
6.0 INSTRUCTION TO BIDDERS:
6.1 Quotation in two parts (Part 1-Technical Bid), (Part 2-Commercial Bid) should be enclosed in a
third sealed cover addressed to Director, CLRI, Chennai. The cover should be sealed and super
scribed “QUOTATION IN RESPONSE TO CLRI ENQUIRY NO: 2(03)/2018/Pur/T-24 dt
21.05.2018 Bid for Undertaking Consolidation work for Imported Consignments and Customs
Clearance. DUE ON 13.06.2018 AT 12.00 HRS (IST).
6.2 Quotation should be dropped in the TENDER BOX, which is kept in Purchase Section within
scheduled date and time. Late and delayed tenders would be rejected summarily and would not
be accepted.
6.3 Technical bid should have covering letter and all documents as asked for in 2.2 to 2.8 and
should be enclosed in a separate cover marked as Part I Technical Bid.
6.4 Prices are to be filled up as per Annexure I, II, III and include it in a separate cover i.e., Part II
Commercial Bid
6.5 No deviation is acceptable after opening of quotation.
6.6 Bidders are requested to submit the EMD of Rs.20,000/- (Rupees Twenty Thousand Only) in
the form of Demand Draft or BG of scheduled nationalized bank in favour of Director, Central
Leather Research Institute, Chennai along with the bid and validity of BG/EMD must be six
months from the date of bid validity. Quotation received without EMD shall be rejected. EMD
of un-successful bidders will be refunded within 30 days after signing of the Contract. No
interest would be paid on the Earnest Money Deposit.
6.7 Incomplete Tender and conditional tender are Liable to be rejected.
6.8 The Tender which is received by Fax/E-mail and in open condition will not be considered.
6.9 Tenders received after the due time (delayed) and due date (late) will not be considered.
Page 10 of 15
6.10 The Director, CLRI reserves the right to accept or reject any or all the tenders received without
assigning any reason.
6.11 The Director, CLRI reserves the right to terminate the contract within one month prior notice at
any time on finding the service unsatisfactorily or on breach of contract.
6.12 Insurance charges for Shipment would be arranged by the Agent and claimed in the bill.
6.13 The bid should have a validity of at least one year and ninety days.
7.0 DOCUMENTS:
Technical Bid (Unpriced) Should Contain the Following Documents (7.1 to 7.8)
7.1 Forwarding Letter On Letter Head Addressed to the Stores and Purchase Officer without any
Condition / Remarks forwarding therewith;
7.2 Copy of Customs Authorized Clearing License (CHA) Chennai
7.3 Copy of IATA or FIATA Membership.
7.4 The List of the Govt. Customers Research Organisation (With their full address) / where similar
Nature of Services were Rendered During the last Three Years (2015-2017) (see Clause 2.4
under Eligibility Criteria). Copies of 3 Contracts should be enclosed to qualify te hnically.
7.5 EMD of Rs. 20,000/- in the form of Demand Draft or Bank Guarantee (as per enclosed format),
in favour of Director CLRI, Chennai. BG must be valid for six months after the bid validity.
7.6 Terms & conditions and compliance statement on a separate sheet showing acceptance with the
terms as per these tender (annexure B)
7.7 Copy of Consolidation License / Certificate
7.8 List of addresses with Phone, Fax, email and contact person of Overseas Counterparts.
Page 11 of 15
7.9 The Technical Bid as per 7.1 to 7.8 should be put in a separate envelope and marked Part I
(Technical Bid). The Price / Financial bid should be put in a separate envelope and marked Part
II (Price Bid) in a sealed cover containing the price schedule (Annexure I, II, III) as per 6.3
duly filled up for evaluation. Both the envelopes should be put in a 3rd
envelope and marked
with the following words “FILE No. 2(03)/2018/Pur/T-24 dt 21.05.2018 Bid for
Undertaking Consolidation Work for imported Consignments & Customs Clearance.
Due on 13.06.2018 at 12 p.m”.
8.0 THE DIRECTOR, CLRI, CHENNAI (TAMILNADU) RESERVES THE RIGHT TO ACCEPT
OR REJECT PARTLY OR WHOLLY ANY TENDER WITHOUT ASIGNING ANY
REASON WHATSOEVER.
STORES & PURCHASE OFFICER
Encl:
1. Airfreight Charges (FCA to Destination Airport) – Annexure I
2. Clearance Charges – Annexure II
3. Insurance Charges – Annexure III
4. Format of EMD (CSIR)
Page 12 of 15
ANNEXURE I
1.FCA TO DESITNATION AIRPORT:
CHENNAI
COUNTRY AIRPORT CURR MIN -45 +45 +100 +300 +500 +1000
USA (New York,
Los Angeles,
Sanfransisco,
Chicago, Atlanta)
U.K
GERMANY
(Frankfurt,
Hamburg)
JAPAN
NETHERLANDS
FRANCE
CANADA
SINGAPORE
SWIZERLAND
ITALY
HONGKONG
SWEDEN
AUSTRALIA
AUSTRIA
BELGIUM
DENMARK
TAIWAN
THAILAND
MALAYSIA
KOREA
IRELAND
DUBAI
FINLAND
CHINA
PORTUGAL
SPAIN
Ex-works charges for the Countries and handling & AWB for FCA charges may please be quoted separately.
Page 13 of 15
ANNEXURE II Clearance Charges:-
Charges Collect Fee
Delivery Order Fee
Break Bulk Fee
Agency Commission
IGM Filling Charges
EDI Charges
Local Transportation Charges
Loading and unloading charges at CSIR-CLRI
Customs Duty At actuals to be paid by the Clearing Agent and reimbursed in the bill.
Any other incidental charges relating freight forwarding, consolidation, customs clearance etc.,
The following charges may be quoted separately:-
EXPORT
SEA CARGO
Page 14 of 15
Annexure III
INSURANCE CHARGES
Insurance charges for all consignment of any nature /
weight / value on warehouse to warehouse basis for all
risks on CIF value + 10%
X% of CIF + 10%
Page 15 of 15
BID SECURITY/EARNEST MONEY DEPOSIT FORM
Whereas ...................……….......1 (hereinafter called “the Bidder”) has submitted its bid
dated...................... (date of submission of bid) for the supply of ............................. (name and/or
description of the goods) (hereinafter called “the Bid”).
KNOW ALL PEOPLE by these presents that WE ..................... (name of bank) of
.................. (name of country), having our registered office at ...............……….(complete address
of bank) (hereinafter called “the Bank”), are bound unto ............................. (name of Purchaser)
(hereinafter called “the Purchaser”) in the sum of _______________________ for which payment well
and truly to be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these
presents. Sealed with the Common Seal of the said Bank this ____ day of _________ 20__________THE
CONDITIONS of this obligation are:
1. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder on the
Bid Form; or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period
of bid validity:
(a) Fails or refuses to execute the Contract Form if required; or
(b) Fails or refuses to furnish the performance security, in accordance with the Instruction to
Bidders.
We undertake to pay the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its demand the
Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of one or both of
the two conditions, specifying the occurred condition or conditions.
This guarantee shall remain in force up to and including forty five (45) days after the period of
the bid validity, and any demand in respect thereof should reach the Bank not later than the above date.
..................................
(Signature of the Bank)
____________________________________________
1 Name of Bidder
top related