tele: 02222660903/4670 fax: 02222661142 email: wncdgnp … · 2017-02-27 · naval dockyard, shahid...

126
1 Tele: 02222660903/4670 Fax: 02222661142 Email: [email protected] Reply should be addressed to Office of the Director General Naval Dockyard The Director General Naval Project Shahid Bhagat Singh Road (for Sr DDG(TS)) Mumbai 400 023 DGNP(MB)/7590/KAR/YF(PH-III)/FR(ii)/TS 20 Feb 17 REQUEST FOR PROPOSAL DIRECTOR GENERAL NAVAL PROJECTS MUMBAI AUGMENTATION OF YARD FACILITY (PHASE-III) AT NSRY (KAR) (PROCUREMENT OF WORKSHOP FURNITURE) INSTRUCTIONS TO BIDDERS 1. Bids in sealed cover are invited under two bid system for supply of equipment/ shopfloor furniture for Augmentation of Yard Facility (Phase-III) for undertaking Between Voyage Repairs of Vikramaditya at NSRY (Kar) with technical specifications enlisted in Part II of this RFP:- Sl. Description Internal Ref. Id. Nomenclature for Internal Ref Overall Dimensions (L x B x H) (All in mm) UOM QTY (i) Work Bench + Drawer cabinet 7 Cutting Bench 2000 x 800 x 850 Nos 02 (ii) Work Bench + Drawer cabinet 8 Metal fitter's Plate Bench 1500 x 800 x 850 Nos 03 (iii) Work Bench + Drawer cabinet 11 Bench 2000 x 800 x 850 Nos 03 (iv) Work Bench +multipurpose back panel 18 Wooden Laboratory Table 2000 x 800 x 850/1480 Nos 01 (v) Computer Table + armed cushion chair 19 Computer Table 1000 x 800 x 800 Nos 03 (vi) Work Bench + multipurpose back panel 20-22 Work Table 2000 x 800 x 850/1480 Nos 36 (vii) Work Bench + Drawer cabinet 23 Table for Desk Type Eqpt. 1500 x 800 x 850 Nos 03 (viii) Work Bench + Drawer cabinet 26 Wooden Radio Elect. Table 1500 x 800 x 850 Nos 02 (ix) Work Bench +multipurpose back panel + Shelf 28 Methodologist Workplace 1500 x 800 x 850 Nos 20 (x) Work Bench + multipurpose back panel + Shelf + Drawer cabinet 31 Cart Table 1500 x 800 x 850 Nos 02 (xi) Antistatic Work Stations +Single Work table top + Shelf 32 Antistatic Table 1550 x 820 x 1285 Nos 03 (xii) Work Bench + Drawer cabinet 33 Metal Equipment Table 1500 x 800 x 850 Nos 09 (xiii) Antistatic Work Stations + Single Work table top and a Shelf 34 Table with grating in top and lower portions 1550 x 820 x 1285 Nos 01 (xiv) Work Bench+ back panel +shelf 35 Table for painting and filling 1500 x 800 x 840 Nos 01 (xv) Work Bench + Drawer cabinet 36 Double Wash Table 1500 x 800 x 850 Nos 01 (xvi) Multi Flex shelving system 12 Long Span Rack (Multi Flex Shelving) 2200 x 900 x 600 (H x W x D) Nos 30

Upload: others

Post on 27-Jun-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

1

Tele: 02222660903/4670 Fax: 02222661142 Email: [email protected] Reply should be addressed to Office of the Director General

Naval Dockyard The Director General Naval Project Shahid Bhagat Singh Road (for Sr DDG(TS)) Mumbai 400 023 DGNP(MB)/7590/KAR/YF(PH-III)/FR(ii)/TS 20 Feb 17 REQUEST FOR PROPOSAL DIRECTOR GENERAL NAVAL PROJECTS MUMBAI

AUGMENTATION OF YARD FACILITY (PHASE-III) AT NSRY (KAR)

(PROCUREMENT OF WORKSHOP FURNITURE)

INSTRUCTIONS TO BIDDERS

1. Bids in sealed cover are invited under two bid system for supply of equipment/ shopfloor furniture for Augmentation of Yard Facility (Phase-III) for undertaking Between Voyage Repairs of Vikramaditya at NSRY (Kar) with technical specifications enlisted in Part II of this RFP:-

Sl. Description

Inte

rna

l

Ref. I

d.

Nomenclature for Internal Ref

Overall Dimensions (L x B x H) (All in mm)

UOM

QT

Y

(i) Work Bench + Drawer cabinet 7 Cutting Bench 2000 x 800 x 850 Nos 02

(ii) Work Bench + Drawer cabinet 8 Metal fitter's Plate Bench 1500 x 800 x 850 Nos 03

(iii) Work Bench + Drawer cabinet 11 Bench 2000 x 800 x 850 Nos 03

(iv) Work Bench +multipurpose back panel

18 Wooden Laboratory Table

2000 x 800 x 850/1480

Nos 01

(v) Computer Table + armed cushion chair

19 Computer Table 1000 x 800 x 800 Nos 03

(vi) Work Bench + multipurpose back panel

20-22 Work Table 2000 x 800 x 850/1480

Nos 36

(vii) Work Bench + Drawer cabinet 23 Table for Desk Type Eqpt.

1500 x 800 x 850 Nos 03

(viii) Work Bench + Drawer cabinet 26 Wooden Radio Elect. Table

1500 x 800 x 850 Nos 02

(ix) Work Bench +multipurpose back panel + Shelf

28 Methodologist Workplace 1500 x 800 x 850 Nos 20

(x) Work Bench + multipurpose back panel + Shelf + Drawer cabinet

31 Cart Table 1500 x 800 x 850 Nos 02

(xi) Antistatic Work Stations +Single Work table top + Shelf

32 Antistatic Table 1550 x 820 x 1285 Nos 03

(xii) Work Bench + Drawer cabinet 33 Metal Equipment Table 1500 x 800 x 850 Nos 09

(xiii) Antistatic Work Stations + Single Work table top and a Shelf

34 Table with grating in top and lower portions

1550 x 820 x 1285 Nos 01

(xiv) Work Bench+ back panel +shelf

35 Table for painting and filling

1500 x 800 x 840 Nos 01

(xv) Work Bench + Drawer cabinet 36 Double Wash Table 1500 x 800 x 850 Nos 01

(xvi) Multi Flex shelving system 12 Long Span Rack (Multi Flex Shelving)

2200 x 900 x 600 (H x W x D)

Nos 30

Page 2: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

2

(xvii) Cabinet with multilevel shelves (with centre support) and Sliding Door

41 Paper storage Cabinet 1200 x 1500 x 450 (H x W x D)

Nos 09

(xviii) Cabinet with multilevel shelves (with centre support) and Sliding Door

42 Metal Tools and Instrument Cabinet

1200 x 2050 x 450 (H x W x D)

Nos 07

(xix) Multi Shelf Anti Static Cabinets with ESD Safe Bins

43 Antistatic Cabinet 1875 x 900 x 400 (H x W x D)

Nos 04

(xx) Single sided cantilever racks 30 Cantilever Rack 5000 x 1500 x 2000 Nos 04

Total Nos of Pieces in all Nos 144

2. The bidding firms have to bid for all the items listed above. Please super scribe the above mentioned Title, RFP number and date of opening of the Bids and on the sealed cover to avoid the Bid being declared invalid. 3. Qualification of Vendor. Vendors who qualify/ fulfill the following criteria, ONLY need to apply with submission of supporting documents along with the bid. Vendors not qualifying the minimum aforesaid qualification criteria are liable to be rejected:-

(a) OEM or authorized dealership certificate holder or main suppliers. (Original Certificate to be attached).

(b) Financial capability. Average Annual financial turnover of the firm (I.T.C.C, Annual report(balance sheet and profit and loss account to be attached.) during the last Three (03) years, ending 31 Mar of the previous financial year, should be a minimum of Rs. 04 Cr.

(c) Affidavits stating that the firm is not banned or black listed and no recovery outstanding in any govt. department.

(d) Experience. Should have experience of having successfully completed similar works in the past in Government organizations/ reputed and prestigious institutions. (Successfully completed supply orders to be attached for Government Organisations. Reference nodal contact person – name, contact number, address, email Id will be required to be detailed in the T- Bid by the bidding firm. DGNP(MB) may undertake verification of quality and competency of the firm from the same).

4. General Information about the tender:-

(a) Tender reference No: DGNP(MB)/7590/KAR/YF(PH-III)/FR(ii)/TS

(b) Last date and time for receipt of tenders: 07 Apr 17 at 1400 hrs

(c) Date and Time for opening of tenders: 07 Apr 17 at 1500 hrs

(d) Place of opening of tenders: Office of DGNP (MBi), Mumbai

(e) Pre-Bid Conference: 24 Mar 17 at 1430 hrs at the Office of PD (E), DGNP (MBI); Tel No. 22660903, 22664670

5. The details of personnel attending the Pre Bid conference are to be intimated 03 days prior to the pre-bid meeting by fax/Email/Phone. Clarification on Technical Matters / Scope of Work may be obtained from:-

Page 3: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

3

The Director General -Naval Projects, {for PD(E)} Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142 e-mail: [email protected]

6. This RFP is divided into five Parts as follows:

(a) Part I – Contains General Information and Instructions for the Bidders about the RFP such as the time, place of submission and opening of tenders, Validity period of tenders, etc.

(b) Part II – Contains essential details of the items/services required, such as the Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of Delivery and Consignee details.

(c) Part III – Contains Standard Conditions of RFP, which will form part of the Contract with the successful Bidder. (d) Part IV – Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful Bidder.

(e) Part V– Contains Evaluation Criteria and Format for Price Bids.

Technical Bid 7. The Technical Bid is to be submitted in a compliance matrix format. Compliance with each specified Technical Parameter is to be confirmed by specifying the respective technical parameter of the equipment model being bid for. Merely writing As per RFP or Complies in the Technical Parameter Compliance matrix is not acceptable and such bids are liable to be rejected. It is mandatory to specify the Make and Model of the equipment being bid for along with OEM brochures/ generated Auto CAD Drg for each of the workshop furniture bid for. These brochures/ generated auto CAD drgs should bring out all dimensional/ fabrication/ appearance/ configuration details with utmost clarity. Only original OEM technical brochures/ Auto CAD drgs are to be attached. Xeroxed/ downloaded brochures will not be accepted and bid is likely to be rejected on this count. (Total nos. of pages in the T-bid is to be mentioned on the first page of the T-bid. Further each page is to be numbered. For example if there are 20 pages in T bid, first page is to be numbered as 1/20 and last page to be numbered as 20/20.) 8. The detailing of Autocad drgs of the proposed furniture should include all structural/ material/ dimensional details such as the material and cross section used for frames/ support structure, dimensions of support frame members including thickness. Due evidence of load analysis should be presented so as to meet the load bearing capacity as specified in the RFP. 9. Potential bidders have to bid for all 20 items listed in the RFP. Selective bidding is not permitted. Un-priced Q- Bids are to be attached with the Technical Bids (T- Bids). T- bids found unaccompanied with unpriced Q- Bid are liable to be rejected.

Page 4: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

4

Commercial Bid 10. The Commercial bid is to be submitted strictly in accordance with Enclosure -V to this RFP. This format is to be strictly adhered to for submission of commercial bid. Non compliance could result in disqualification of the firm. The Commercial bid once opened, will not be subjected to unilateral revision by the firm, unless the firm is called for price negotiations specifically and asked to justify the rates. (Total nos. of pages in the Q-bid is to be mentioned on the first page of the Q-bid. Further each page to be numbered. For example if there are 20 pages in Q bid, first page to be numbered as 1/20 and last page to be numbered as 20/20.) 11. Respective Q - bid will only be opened if the T- Bid of the potential bidder for the specific category is technically qualified by the Technical Evaluation Committee. Packaging and Sealing of Bids 12. T- Bid will be prepared and sealed in a dedicated envelope with the following inscription on top of the envelope (this is an illustration):-

Technical Bid for RFP No. DGNP(MB)/7590/KAR/YF(PH-III)/FR(ii)/TS dated 20 Feb 17 for Shopfloor Furniture for NSRY(kar) due on 07 Apr 17

13. Q- Bid for the category bid for will be prepared and sealed in a separate envelope with the following inscription on the envelope:-

Q- Bid for RFP No. DGNP(MB)/7590/KAR/YF(PH-III)/FR(ii)/TS dated 20 Feb 17 for Shopfloor Furniture for NSRY(kar) due on 07 Apr 17

14. Both these envelopes as detailed at serial (a) and (b) above will then be sealed together in a bigger envelope with the following inscription on the envelope:-

Bid for RFP No. DGNP(MB)/7590/KAR/YF(PH-III)/FR(ii)/TS dated 20 Feb 17 for Shopfloor Furniture for NSRY(kar) due on 07 Apr 17

Conditions under which this RFP is issued 15. Bidders have to submit affidavit stating that the firm is not banned or black listed and no recovery is outstanding in any government department. Note: - The bids of vendors not qualifying the minimum aforesaid qualification criteria are liable to be rejected. Yours faithfully,

(Sudhanshu Kumar) Commander Project Director(E) for Director General Naval

Page 5: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

5

PART I – GENERAL INFORMATION

1. Two-Bid system. In this Two-bid system, only the Technical Bid would be opened on the time and date mentioned below. Date of opening of the Commercial Bid will be intimated after acceptance of the Technical Bids. Commercial Bids of only those firms will be opened, whose Technical Bids are found compliant/suitable after Technical evaluation is done by the Buyer. Potential bidders have to bid for every item listed in the RFP (20 types). Selective bidding for part of the listed items is not permitted. Un-priced Q- Bids are to be attached with the Technical Bids (T- Bids). T- bids found unaccompanied with unpriced Q- Bid are liable to be rejected. 2. Pre Bid Meeting: Pre Bid meeting for the tender will be held on 24 Mar 17 at 1430 hrs at the Office of PD (E), DGNP (MBI). (Tel No. 22660903, 22664670, 22751865).

3. Last date and time for depositing the Bids: 07 Apr 17 at 1400 hrs. The sealed Bids (both Technical and Commercial) should be deposited /reach by Registered post by the due date and time. The responsibility to ensure this lies with the Bidder. 4. Manner of depositing the Bids: Sealed Bids should be either dropped in the Tender Box marked as DGNP(MBI) or sent by registered post at the address given above so as to reach this office by the due date and time. Non-receipt of Tenders within due date will be rejected. No responsibility will be taken for postal delay or non-delivery/ non-receipt of Bid documents. Bids sent by FAX or e-mail will not be considered. 5. Time and date for opening of Bids: 07 Apr 17 at 1500 hrs (If due to any exigency, the due date for opening of the Bids is declared a closed holiday, the Bids will be opened on the next working day at the same time or on any other day/time, as intimated by the Buyer). Date of opening of the Commercial Bid will be intimated after acceptance of the Technical Bids. 6. Location of the Tender Box. Muster Gate, Naval Dockyard, Mumbai Only those Bids that are found in the ‘DGNP’ tender box will be opened. Bids dropped in the wrong Tender Box will be rendered invalid. 7. Place of opening of the Bids. Office of Director General Naval Project, (Mumbai), 4th floor, Conference Hall, Lion Gate, Naval Dockyard, Mumbai. The Bidders may depute their representatives, duly authorized in writing, to attend the opening of Bids on the due date and time. Rates and important commercial/technical clauses quoted by all Bidders will be read out in the presence of the representatives of all the Bidders. This event will not be postponed due to non-presence of your representative. 8. Forwarding of Bids. Bids should be forwarded by Bidders under their original memo / letter pad inter alia furnishing details like TIN number, VAT/CST/PAN number, Bank address with NEFT Account if applicable, etc and complete postal & e-mail address of their office. 9. Clarification regarding contents of the RFP. A prospective bidder who requires clarification regarding the contents of the bidding documents shall

Page 6: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

6

notify to the Buyer in writing about the clarifications sought not later than 14 (fourteen) days prior to the date of opening of the Bids. Copies of the query and clarification by the purchaser will be sent to all prospective bidders who have received the bidding documents. 10. Modification and Withdrawal of Bids. A bidder may modify or withdraw his bid after submission provided that the written notice of modification or withdrawal is received by the Buyer prior to deadline prescribed for submission of bids. A withdrawal notice may be sent by fax but it should be followed by a signed confirmation copy to be sent by post and such signed confirmation should reach the purchaser not later than the deadline for submission of bids. No bid shall be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and expiration of the period of bid validity specified. Withdrawal of a bid during this period will result in Bidder’s forfeiture of bid security. 11. Clarification Regarding Contents of the Bids. During evaluation and comparison of bids, the Buyer may, at its discretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing and no change in prices or substance of the bid will be sought, offered or permitted. No post-bid clarification on the initiative of the bidder will be entertained. 12. Rejection of Bids. Canvassing by the Bidder in any form, unsolicited letter and post-tender correction may invoke summary rejection with forfeiture of EMD. Conditional tenders will be rejected. T- bids found unaccompanied with unpriced Q- Bid are liable to be rejected. 13. Validity of Bids. The Bids should remain valid till 180 days from the last date of submission of the Bids. 14. Earnest Money Deposit. Bidders are required to submit Earnest Money Deposit (EMD) of Rs. 3 Lakhs. 15. EMD should be available in the envelope of the T-Bid and should be available for verification at the time of opening of the T-Bid . The EMD may be submitted in the form of an Account Payee Demand Draft, or Banker's Cheque or Bank Guarantee from any of the public sector banks or a private sector bank authorized to conduct government business viz. Axis/ICICI/HDFC Banks as per Form DPM-13 (Appendix A - Available in MoD website). EMDs from other bank (including Co-op & Schedule Banks) will not be accepted and bids will be liable for disqualification. EMD is to remain valid for a period of forty-five days beyond the final bid validity period. In the eventuality of delay in opening of Bids, validity of DD / Banker’s cheque / pay order for EMD may be required to be renewable for further period of 03 months. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract. The Bid Security of the successful bidder would be returned, without any interest whatsoever, after the receipt of Performance Security from them as called for in the contract. EMD is not required to be submitted by those Bidders who are registered with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC) or any Department of MoD for the same items/ range of products or services for which the tenders have been issued. However, the firm has to submit the valid registration proof along with the bid. The

Page 7: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

7

EMD will be forfeited, if the bidder withdraws or amends impairs or derogates from the tender in any respect within the validity period of their tender. Submission/Opening of Tenders 16. PLEASE QUOTE OUR RFP NO, DATE OF TENDER OPENING AND THE EQUIPMENT BID FOR [SHOPFLOOR FURNITURE in this case] ON THE SEALED COVER. FAILURE TO DO SO WILL RENDER YOUR OFFER INVALID. Packaging and Sealing of Bids 17. Potential bidders have to bid for every item listed in the RFP (20 types). Selective bidding for part of the listed items is not permitted. Bids received only for part of listed items of the RFP will be summarily rejected. Un-priced Q- Bids are to be attached with the Technical Bids (T- Bids). T- bids found unaccompanied with unpriced Q- Bid are liable to be rejected. Packaging and Sealing of Bids 18. T- Bid will be prepared and sealed in a dedicated envelope with the following inscription on top of the envelope (this is an illustration):-

Technical Bid for RFP No. DGNP(MB)/7590/KAR/YF(PH-III)/FR(ii)/TS dated 20 Feb 17 for Shopfloor Furniture for NSRY(kar) due on 07 Apr 17

19. Q- Bid for the category bid for will be prepared and sealed in a separate envelope with the following inscription on the envelope:-

Q- Bid for RFP No. DGNP(MB)/7590/KAR/YF(PH-III)/FR(ii)/TS dated 20 Feb 17 for Shopfloor Furniture for NSRY(kar) due on 07 Apr 17

20. Both these envelopes as detailed at serial (a) and (b) above will then be sealed together in a bigger envelope with the following inscription on the envelope:-

Bid for RFP No. DGNP(MB)/7590/KAR/YF(PH-III)/FR(ii)/TS dated 20 Feb 17 for Shopfloor Furniture for NSRY(kar) due on 07 Apr 17

21. Q - bids will only be opened if the T- Bid of the potential bidder for all the listed items is technically qualified by the Technical Evaluation Committee. 22. The bids are to be super-scribed with your firm’s name, address, and official seal and ink signed by an authorized representative of the Tenderer. Sealed Bids addressed to “The Director General (For Sr.DDG(TS)), Naval Dockyard, Mumbai– 400 023” should be dropped in tender box Marked as “TENDER BOX- DGNP” located at Muster/Lion Gate, Naval Dockyard, Mumbai, or to be sent by registered post so as to reach this office by time and date. No responsibility will be taken for postal/Courier delay or non-delivery/non-receipt of tender documents.

Page 8: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

8

23. Sealed quotations will be opened by a committee on due date and time. Your authorized representative from the Company can attend the tender opening. If due to any exigency, the due date for opening of tenders is declared as closed holiday, in such cases, the tenders will be opened on next working day at the same time or any other day/time as intimated by the customer. The date of opening of Commercial Bid will be intimated after acceptance of Technical Bids. 24. EMD should be available in the envelope of the T-Bid and should be available for verification at the time of opening of the T-Bid. 25. Tenders sent by FAX / Hand written/ Courier/ Registered Post.

(a) Tenders found in sealed box marked DGNP at Lion Gate will only be considered. To avoid any complications with regard to Late Receipt/Non-receipt of Tenders, it may please be noted that responsibility rests with the tenderer to ensure that tenders reach this office before due date. Quotes received late will be rejected outright. Tenders sent by FAX will not be considered. (b) Hand written Bids will not be considered and will be rejected outright. (c) Outstation bidders may send in tenders by Registered Post at the following address to reach this office by the due dates (Postal delays will not be considered and tenders received post due dates will be rejected):-

The Director General Naval Projects, {for PD(E)}, Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023

(d) Tenders sent in by courier in the past have either been overtly delayed/ delivered at the wrong office. Lapses on this count will not be accepted and bidders are discouraged from dispatching tenders by private courier services.

27. Commercial offers will be opened only of those firms, whose Technical Offers have been found suitable after technical evaluation. Further negotiations will be made only with the lowest bidder (L1) as determined by the committee. The date, time and venue fixed for this purpose will be intimated separately. 28. Independent Monitor. The employer has appointed an independent monitor by way of Vigilance Officer to monitor this contract, whose name and address is given below. The vendor is at liberty to contact the under mentioned Officer directly, if any case of undue influence is noticed or any unethical means by any party/official is employed to secure the contract/order or to disable/disqualify the vendor.

Captain MA Chengappa Office of the Director General Naval Project (MB) Naval Dockyard, SBS Road Mumbai – 400 023 Tel: 022-22751669

Page 9: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

9

PART II – ESSENTIAL DETAILS OF ITEMS/SERVICES REQUIRED

1. There is a requirement for supply of following shopfloor furniture/ equipment/ items for Naval Ship Repair Yard at Karwar [NSRY(Kar)] as part of the Project for Augmentation of Yard Facilities at NSRY(Kar) / Ph- III: -

Sl. Description

Inte

rna

l

Ref. I

d. Nomenclature for

Internal Ref Overall Dimensions

(L x B x H) (All in mm)

UOM

QT

Y

(i) Work Bench + Drawer cabinet 7 Cutting Bench 2000 x 800 x 850 Nos 02

(ii) Work Bench + Drawer cabinet 8 Metal fitter's Plate Bench 1500 x 800 x 850 Nos 03

(iii) Work Bench + Drawer cabinet 11 Bench 2000 x 800 x 850 Nos 03

(iv) Work Bench +multipurpose back panel

18 Wooden Laboratory Table

2000 x 800 x 850/1480

Nos 01

(v) Computer Table + armed cushion chair

19 Computer Table 1000 x 800 x 800 Nos 03

(vi) Work Bench + multipurpose back panel

20-22 Work Table 2000 x 800 x 850/1480

Nos 36

(vii) Work Bench + Drawer cabinet 23 Table for Desk Type Eqpt.

1500 x 800 x 850 Nos 03

(viii) Work Bench + Drawer cabinet 26 Wooden Radio Elect. Table

1500 x 800 x 850 Nos 02

(ix) Work Bench +multipurpose back panel + Shelf

28 Methodologist Workplace 1500 x 800 x 850 Nos 20

(x) Work Bench + multipurpose back panel + Shelf + Drawer cabinet

31 Cart Table 1500 x 800 x 850 Nos 02

(xi) Antistatic Work Stations +Single Work table top + Shelf

32 Antistatic Table 1550 x 820 x 1285 Nos 03

(xii) Work Bench + Drawer cabinet 33 Metal Equipment Table 1500 x 800 x 850 Nos 09

(xiii) Antistatic Work Stations + Single Work table top and a Shelf

34 Table with grating in top and lower portions

1550 x 820 x 1285 Nos 01

(xiv) Work Bench+ back panel +shelf

35 Table for painting and filling

1500 x 800 x 840 Nos 01

(xv) Work Bench + Drawer cabinet 36 Double Wash Table 1500 x 800 x 850 Nos 01

(xvi) Multi Flex shelving system 12 Long Span Rack (Multi Flex Shelving)

2200 x 900 x 600 (H x W x D)

Nos 30

(xvii) Cabinet with multilevel shelves (with centre support) and Sliding Door

41 Paper storage Cabinet 1200 x 1500 x 450 (H x W x D)

Nos 09

(xviii) Cabinet with multilevel shelves (with centre support) and Sliding Door

42 Metal Tools and Instrument Cabinet

1200 x 2050 x 450 (H x W x D)

Nos 07

(xix) Multi Shelf Anti Static Cabinets with ESD Safe Bins

43 Antistatic Cabinet 1875 x 900 x 400 (H x W x D)

Nos 04

(xx) Single sided cantilever racks 30 Cantilever Rack 5000 x 1500 x 2000 Nos 04

Total Nos of Pieces in all Nos 144

2. Technical Details. Technical specifications of the shopfloor/ office furniture that is envisaged for procurement are detailed at Appendix B. Indicative shape and appearance of the furniture is placed at Appendix C – Appendix V. The pictures at theses Appendices are for representation purpose only. Numbers of drawers will be as detailed at Appendix B. Longitudinal supports to the legs of the work tables may be provided as per design of the OEM to meet the specified load bearing capacity. It may be borne in mind that the technical specifications mentioned are indicative. Any minor variation in case of any reputed brand may be acceptable. Variations upto 5% of indicated dimensions may be taken into consideration, however adherence to

Page 10: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

10

promulgated dimensions will be preferred. Notwithstanding, minimum load bearing capacity as indicated in the specifications is required to be met by the offered product/ equipment/ furniture and load bearing certificate is required to be issued along with the product. Method adopted to verify and ensure that the equipment supplied meets the load bearing requirements should be explicitly detailed in the T- Bid. Merely writing complies will render the T- bid as disqualified. 3. The Technical Bid is to be submitted in a compliance matrix format. Compliance with each specified Technical Parameter is to be confirmed by specifying the respective technical parameter of the equipment model being bid for. Merely writing As per RFP or Complies in the Technical Parameter Compliance matrix is not acceptable and such bids are liable to be rejected. It is mandatory to specify the Make and Model of the equipment being bid for along with OEM brochures/ generated Auto CAD Drg for each of the workshop furniture bid for. These brochures/ generated auto CAD drgs should bring out all dimensional/ fabrication/ appearance/ configuration details with utmost clarity. Only original OEM technical brochures/ Auto CAD drgs are to be attached. Xeroxed/ downloaded brochures will not be accepted and bid is likely to be rejected on this count. (Total nos. of pages in the T-bid is to be mentioned on the first page of the T-bid. Further each page is to be numbered. For example if there are 20 pages in T bid, first page is to be numbered as 1/20 and last page to be numbered as 20/20.) 4. The detailing of Autocad drgs of the proposed furniture should include all structural/ material/ dimensional details such as the material used frames/ support structure, dimensions of support frame members including thickness. Due evidence of load analysis should be presented so as to meet the load bearing capacity as specified in the RFP. The material cross sectional thickness of the support frames used for shop floor furniture should not be less than 2.5 mm. Compliance to this aspect is to be clearly brought out in the T- Bid. 5. Reputed Brands. Equipment/ workshop furniture of only good quality from reputed brands such as M/s Godrej, M/s Stanley Vidmar, M/s Fami, M/s Machwel, and M/s Metafold are to be quoted for, (or brands of equivalent repute with due evidence of the same to be submitted in the T- Bids in the form of completed supply orders at Prestigious Govt. Organizations with verifiable references of the personnel incharge of such procurement in the cited organizations). 6. Capability Assessment. Technical Evaluation Committee (TEC) or its nominated rep may undertake onsite capability/ capacity assessment of a bidding firm in case, in the opinion of the TEC, the same needs to be verified.

7. Scope of Supply. The dimensional details indicated at Appendix B have been customized to meet the onsite requirements at NSRY (Kar). Post award of contract, the contracted firm would be required to closely liaise with the user at NSRY(Kar), in order to ensure customized installation requirements are clearly understood prior production. A site visit would thus be required prior commencement of production. Equipment/ Items should be supplied with their full fittings/ accessories required for ensuring its full functionality as per indicated specifications. Following should specifically be (but not limited to) well within the scope of supply:-

Page 11: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

11

(a) The equipment/ furniture is required to be delivered to the user in fully assembled state onsite at NSRY (Karwar)

(b) All loading / unloading requirements for delivery of equipment onsite is to be met by the contracted firm

(c) One set of standard tools/Fitting tools required for assembly/ disassembly of furniture

(d) Documentation and drawings

(e) All antistatic furniture is to be provided with 10 m of suitable antistatic cable with required securing arrangement from the furniture to the earthing point available in vicinity of the furniture within a radius of 10 m. 02 layered neoprene rubber Antistatic mats are required to be supplied along with specified furniture items [ detailed in the tech specs].

8. Quality Assurance. A Quality Assurance Plan (QAP) along with an Acceptance Test Procedure (ATP) is to be submitted to the Buyer and the User within 30 days of placement of order/ acceptance of the tender. The plan should clearly outline the quality parameters for material, dimensional, functional and testing along with clearly spelt out acceptable values/criteria/ dimensions. The clearance for the manufacturing and supply would be provided by the user based on submission of drawings and QAPs by the supplier and approved by the user. The plan should mention the test and acceptance schedule for each of the three inspection stages (outlined below). However, the T- Bid should adequately amplify as to how the antistatic characteristics of the specified furniture is going to be met by the supplier and what Quality Assurance Plan the firm is likely to employ to ensure that the furniture supplied meets the specified parameters.

9. Inspection. Following will be the three stages of inspection:-

(a) Pre-dispatch inspection at the Seller’s premises/ factory in India. ( See relevant clause in Part IV of this RFP)

(b) Joint Receipt Inspection on delivery. (See relevant clause in Part IV of this RFP)

(c) Assembly and Delivery (including installation if any) of the items at the site at NSRY(Karwar). On successful completion of the same, a work completion certificate (WCC) will be signed by the User. In case there is an undue delay by the User in signing such certificate despite completion of all required activities by the Seller, the Buyer at his discretion and on a written request from the Seller, may deem the work to be completed from an appropriate date, reckon warranty/guarantee period from the same and process the final stage payment, without WCC from the User.

10. Inspection and Acceptance Agency. The User i.e. NSRY (Karwar) will be inspecting and accepting agency. The Buyer reserves the right to be part of any of the inspections. The Seller is to keep the Buyer informed of scheduling, progress and completion of each of the inspection stages preferably by Fax and/or letter. 11. Information to be given in the ‘T’ Bid. Following information is to be given in the ‘T’ Bid by the bidder:-

Page 12: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

12

(a) Make (OEM), model and country of make, with full address, telephone, fax, email of the OEM. If the make is found to be from a relatively unknown /unreliable source or not from a reputed/ proven brand in the opinion of the Technical Evaluation Committee of the Buyer, the bid may be rejected/ technically disqualified.

(b) After sales support mechanism and address of service centre. If this information indicates doubtful or unsatisfactory support mechanism in the opinion of the Technical Evaluation Committee of the Buyer, the bid may be rejected/ technically disqualified.

(c) The T- Bid is to be submitted in the Technical Compliance Matrix format placed at Appendix Y. Compliance with each specified Technical Parameter is to be confirmed by specifying the respective technical parameter of the equipment model being bid for. Merely writing As per RFP or Complies in the Technical Parameter Compliance matrix is not acceptable and such bids are liable to be rejected. It is mandatory to specify the Make and Model of the equipment being bid for along with OEM brochures for each of the workshop furniture bid for. These brochures should bring out all dimensional/ fabrication/ appearance/ configuration details with utmost clarity. Only original OEM technical brochures are to be attached. Xeroxed/ downloaded brochures will not be accepted and bid is likely to be rejected on this count. (Total nos. of pages in the T-bid is to be mentioned on the first page of the T-bid. Further each page is to be numbered. For example if there are 20 pages in T bid, first page is to be numbered as 1/20 and last page to be numbered as 20/20.)

12. Documentation The Three sets of final user approved drawings are required to be supplied on acceptance of supply/work order. 13. Delivery Period Delivery period for supply, installation and commissioning of the items would be 06 months from the effective date of contract, which is date of signing the contract by both the parties i.e. BUYER and SELLER. The delivery shall ONLY be considered complete after receipt of material/items at site, completion of installation, test/trials of equipments to the satisfaction of the End User and thereafter obtaining a work completion certificate from the End User. The commencement of this period will be from the effective date of signing the contract and the total duration of delivery will be accounted, till the date of Work Completion Certificate (WCC) issued from End User to the firm. Please note that Contract can be cancelled unilaterally by the Buyer in case items are not received and commissioned within the contracted Delivery Period. Extension of contracted delivery period will be at the sole discretion of the Buyer, with applicability of LD clause. 14. Warranty The following Warranty will form part of the contract placed on successful Bidder: –

(a) The Seller warrants that the goods supplied under the contract conform to technical specifications prescribed and shall perform according to the said technical specifications.

(b) The Seller warrants for a minimum period of 05 years from the date of acceptance of stores by Joint Receipt Inspection or date of installation and

Page 13: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

13

commissioning or date of obtaining work completion certificate from the user, whichever is later, that the goods/stores supplied under the contract and each component used in the manufacture thereof shall be free from all types of defects/failures.

15. Miscellaneous :- (a) "All material and services including transportation, loading/unloading etc are to be supplied by the contractor unless specifically mentioned in the SOW."

(b) All applicable taxes and requirement of duty exemption certificate are to be clearly mentioned in Q-Bid. All prices are to be indicated in both words and figures.

(c) Hand written Q-bids will be disqualified. (d) The bidder is required to quote for material and services against each serial else put a zero (‘0’) if providing item/service free of cost. If the quote is left blank or dash (‘-‘) has been indicated, loading of that particular item at the highest rate quoted by any other bidder will be levied for comparing all bidders in an equitable manner.

(e) Total cost implication including taxes to be clearly indicated in the ‘Q’ bid, failing which firms are liable to be disqualified.

(f) In case the Quote runs into more than one page subtotal on each page to be indicated.

(g) Taxes as extra are to be clearly mentioned in ‘Q’ bid. If not mentioned quote will be considered inclusive of Taxes.

(h) Quotation to be submitted on firm’s letter head clearly indicating TIN/CST Nos. (i) Total Number of pages in the Q-bid is to be mentioned on the first page of the Q-bid. Further each page is to be numbered. For example if there are 20 pages in Q bid, first page to be numbered as 1/20 and last page to be numbered as 20/20.

16. Delivery and Transportation The items are to be loaded, transported, delivered (including unloading) at the User’s premises by the Seller solely at his risk and cost. However, necessary crane services for unloading and storage space will be provided by the User. 17. Compliance to Safety Rules. The Supplier would be required to abide by all the safety rules & practices and Labour Rules applicable during supply, installation, testing and commissioning the facility at the site. 18. Adherence to Security Guidelines. The work is required to be undertaken inside defence area. The workers will be required to follow the security regulations as laid down [Refer Appendix W]/and abide by the fresh security measures, if any as and when promulgated.

Page 14: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

14

19. End Consignee details - The Commodore Superintendent (for Chief Manager (Projects)) Naval Ship Repair Yard Naval Base, C/o Navy Office Karwar – 581308 Tel. 083282-234137, 9353059605

Page 15: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

15

PART III – STANDARD CONDITIONS OF RFP

1. The Bidder is required to give confirmation of their acceptance of the Standard Conditions of the Request for Proposal mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of the Bid submitted by the Bidder. 2. Law: The Contract shall be governed, interpreted, considered and made in accordance with the laws of the Republic of India. The element and principles of contract and the meaning and import of various legal terms used in the contract are contained in the Indian Contract Act, 1872 read with the Sale of Goods Act, 1930. Arbitration proceedings shall be governed by Indian Arbitration and Consolidation Act, 1996. 3. Effective Date of the Contract: The contract shall come into effect on the date of signatures of both the parties on the contract (Effective Date) and shall remain valid until the completion of the obligations of the parties under the contract. The deliveries and supplies and performance of the services shall commence from the effective date of the contract. 4. Arbitration: All disputes or differences arising out of or in connection with the Contract shall be settled by bilateral discussions. Any dispute, disagreement or question arising out of or relating to the Contract or relating to construction or performance, which cannot be settled amicably, may be resolved through arbitration. The standard clause of arbitration is as per Forms DPM-7, DPM-8 and DPM-9 (Available in MoD). 5. Penalty for use of Undue influence: The Seller undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the Government of India for showing or forbearing to show favor or disfavor to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the aforesaid undertaking by the Seller or any one employed by him or acting on his behalf (whether with or without the knowledge of the Seller) or the commission of any offers by the Seller or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel the contract and all or any other contracts with the Seller and recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the Seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Seller towards any officer/employee of the Buyer or to any other person in a position to influence any officer/employee of the Buyer for showing any favor in relation to this or any other contract, shall render the Seller to such liability/ penalty as the Buyer may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer.

Page 16: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

16

6. Agents / Agency Commission: The Seller confirms and declares to the Buyer that the Seller is the original manufacturer or an Authorized Dealer of the stores/provider of the services referred to in this Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the Seller; nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation or recommendation. The Seller agrees that if it is established at any time to the satisfaction of the Buyer that the present declaration is in any way incorrect or if at a later stage it is discovered by the Buyer that the Seller has engaged any such individual/firm, and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such person, party, firm or institution, whether before or after the signing of this contract, the Seller will be liable to refund that amount to the Buyer. The Seller will also be debarred from entering into any supply Contract with the Government of India for a minimum period of five years. The Buyer will also have a right to consider cancellation of the Contract either wholly or in part, without any entitlement or compensation to the Seller who shall in such an event be liable to refund all payments made by the Buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. The Buyer will also have the right to recover any such amount from any contracts concluded earlier with the Government of India. 7. Access to Books of Accounts: In case it is found to the satisfaction of the Buyer that the Seller has engaged an Agent or paid commission or influenced any person to obtain the contract as described in clauses relating to Agents/Agency Commission and penalty for use of undue influence, the Seller, on a specific request of the Buyer, shall provide necessary information/ inspection of the relevant financial documents/information. 8. Non-disclosure of Contract documents: Except with the written consent of the Buyer/ Seller, other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party. 9. Liquidated Damages: In the event of the Seller's failure to submit the Bonds, Guarantees and Documents, supply the stores/goods and conduct trials, installation of equipment, training, etc within the specified period as indicated in the contract, the Buyer may, at his discretion, withhold any payment until the completion of the contract. The BUYER may also deduct from the SELLER as agreed, liquidated damages to the sum of 0.5% of the contract price of the delayed/undelivered stores/services mentioned above for every week of delay or part of a week, subject to the maximum value of the Liquidated Damages being not higher than 10% of the value of delayed stores. 10. Termination of Contract: The Buyer shall have the right to terminate this Contract in part or in full in any of the following cases :-

(a) Failure to submit PBG as per Clause 1, Part IV of this contract. (b) When the Seller fails to honour any part of the contract including failure to deliver the contracted item /equipment /stores /services in time.

Page 17: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

17

(c) When the contractor is found to have made any false or fraudulent declaration or statement to get the contract or he is found to be indulging in unethical or unfair trade practices. (d) The Buyer has noticed that the Seller has utilized the services of any Indian/Foreign agent in getting this contract and paid any commission to such individual/company etc. (e) The delivery of the material is delayed for causes not attributable to Force Majeure for more than (11/2 months) after the scheduled date of delivery. (f) The delivery of material is delayed due to causes of Force Majeure by more than (06 months). (g) When the item supplied by the Seller repeatedly fails in the inspection and/ or the Seller is not in a position to either rectify the defects or offer items confirming to the contracted quality standards. (h) When both parties mutually agree to terminate the contract. (j) The Seller is declared bankrupt or becomes insolvent. (k) Any special circumstances to justify the cancellation or termination of a contract. (l) As per the decision of the Arbitration tribunal.

11. Notices. Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by FAX or registered pre-paid mail/airmail, addressed to the last known address of the party to whom it is sent. 12. Transfer and Sub-letting. The Seller has no right to give, bargain, sell, assign or sublet or otherwise dispose of the Contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the present Contract or any part thereof. 13. Patents and other Industrial Property Rights. The prices stated in the present Contract shall be deemed to include all amounts payable for the use of patents, copyrights, registered charges, trademarks and payments for any other industrial property rights. The Seller shall indemnify the Buyer against all claims from a third party at any time on account of the infringement of any or all the rights mentioned in the previous paragraphs, whether such claims arise in respect of manufacture or use. The Seller shall be responsible for the completion of the supplies including spares, tools, technical literature and training aggregates irrespective of the fact of infringement of the supplies, irrespective of the fact of infringement of any or all the rights mentioned above. 14. Amendments. No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in part except by an instrument in writing made after the date of this Contract and signed on behalf of both the parties and which expressly states to amend the present Contract. 15. Taxes and Duties

(a) General

(i) If Bidder desires to ask for excise duty or Sales Tax / VAT extra, the same must be specifically stated. In the absence of any such

Page 18: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

18

stipulation, it will be presumed that the prices include all such charges and no claim for the same will be entertained.

(ii) If reimbursement of any Duty/Tax is intended as extra over the quoted prices, the Bidder must specifically say so. In the absence of any such stipulation it will be presumed that the prices quoted are firm and final and no claim on account of such duty/tax will be entrained after the opening of tenders.

(iii) If a Bidder chooses to quote a price inclusive of any duty/tax and does not confirm inclusion of such duty/tax so included is firm and final, he should clearly indicate the rate of such duty/tax and quantum of such duty/tax included in the price. Failure to do so may result in ignoring of such offers summarily.

(iv) If a Bidder is exempted from payment of any duty/tax upto any value of supplies from them, he should clearly state that no such duty/tax will be charged by him up to the limit of exemption which he may have. If any concession is available in regard to rate/quantum of any Duty/tax, it should be brought out clearly. Stipulations like, the said duty/tax was presently not applicable but the same will be charged if it becomes leviable later on, will not be accepted unless in such cases it is clearly stated by a Bidder that such duty/tax will not be charged by him even if the same becomes applicable later on. In respect of the Bidders, who fail to comply with this requirement, their quoted prices shall be loaded with the quantum of such duty/tax which is normally applicable on the item in question for the purpose of comparing their prices with other Bidders.

(v) Any change in any duty/tax upward/downward as a result of any statutory variation in excise taking place within contract terms shall be allowed to the extent of actual quantum of such duty/tax paid by the supplier provided the supplies are made during the original delivery period. Similarly, in case of downward revision in any duty/tax, the actual quantum of reduction of such duty/tax shall be reimbursed to the Buyer by the Seller. All such adjustments shall include all reliefs, exemptions, rebates, concession etc. if any obtained by the Seller.

(b) Customs Duty

(i) For imported stores offered against forward delivery, the Bidder shall quote prices thereof exclusive of customs duty. The Bidder shall specify separately the C.I.F. prices and total amount of customs duty payable. They will also indicate correctly the rate of customs duty applicable along with Indian Customs Tariff Number. Customs duty as actually paid will be reimbursed on production of necessary documents i.e.

(aa) Triplicate copy of the bill of entry;

(ab) Copy of bill of lading;

Page 19: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

19

(ac) A copy of foreign principal’s invoice. However, if the Bidder imports the stores in question against his own commercial quota Import Licenses, he will also be required to submit in addition the triplicate copy of bills of entry etc. a certificate from his Internal Auditor on the bill itself, to the effect that the following items/quantity in the bill of entry related to the stores imported against Defence Buyer contract number…………………………….. dated…………..

(ii) Subsequent to the reimbursement of customs duty, the Bidder will submit to the concerned Payment Authority a certificate to the effect that he has not obtained any refund of customs duty subsequent to the payment of duty to the Customs authority by him. In addition, he shall also submit to the Paying Authority concerned a certificate immediately after a period of three months from the date of payment of the duty to customs authorities to the effect that he has not applied for refund of the customs duty subsequent to the payment of duty to the customs authorities by him.

(iii) In case the Bidder obtains any refund of customs duty, subsequently to the payment of the same by him to the customs authorities and reimbursement of the customs duty to him by the Payment Authority, he should forthwith furnish the details of the refund obtained and afford full credit of the same to the Buyer.

(c) Excise Duty

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

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

(iii) The Seller is also required to furnish to the Paying Authority the following certificates:

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

Page 20: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

20

(ab) Certificate as to whether refunds have been obtained or applied for by them or not in the preceding financial year after the annual Audit of their accounts also indicating details of such refunds/applications, if any.

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

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

(iv) Unless otherwise specifically agreed to in terms of the contract, the Buyer shall not be liable for any claim on account of fresh imposition and/or increase of Excise Duty on raw materials and/or components used directly in the manufacture of the contracted stores taking place during the pendency of the contract.

(d) Sales Tax / VAT

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

(e) Octroi Duty & Local Taxes (i) Normally, materials to be supplied to Government Departments against Government Contracts are exempted from levy of town duty, Octroi Duty, Terminal Tax and other levies of local bodies. The local Town/Municipal Body regulations at times, however, provide for such Exemption only on production of such exemption certificate from any authorized officer. Seller should ensure that stores ordered against contracts placed by this office are exempted from levy of Town Duty/Octroi Duty, Terminal Tax or other local taxes and duties. Wherever required, they should obtain the exemption certificate from the Buyer, to avoid payment of such local taxes or duties.

Page 21: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

21

(ii) In case where the Municipality or other local body insists upon payment of these duties or taxes the same should be paid by the Seller to avoid delay in supplies and possible demurrage charges. The receipt obtained for such payment should be forwarded to the Buyer without delay together with a copy of the relevant act or bylaws / notifications of the Municipality of the local body concerned to enable him to take up the question of refund with the concerned bodies if admissible under the said acts or rules.

Page 22: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

22

PART IV – SPECIAL CONDITIONS OF RFP

1. The Bidder is required to give confirmation of their acceptance of Special Conditions of the RFP mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of Bid submitted by the Bidder. 2. Performance Guarantee. The Bidder will be required to furnish a Performance Guarantee by way of Bank Guarantee through a public sector bank or a private sector bank authorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank Ltd.) for a sum equal to 10% of the contract value within 30 days from the effective date of signing the contract. Performance Bank Guarantee should be valid up to 60 days beyond the date of warranty. The specimen of PBG is given in Form DPM-15 (Available in MoD website. Format placed at Appendix X).

3. Option Clause. The contract will have an Option Clause, wherein the Buyer can exercise an option to procure additional 50% of the original contracted quantity in accordance with same terms & conditions of the present contract. This will be applicable within the currency of contract. The Bidder is to confirm acceptance of the same for inclusion in contract. It will be entirely the discretion of Buyer to exercise this option or not. 4. Repeat Order Clause. The contract will have a Repeat Order Clause, wherein the Buyer can order upto 50% quantity of the items under the present contract within six months from the date of supply/successful completion of this contract, the cost, terms & conditions remaining the same. The Bidder is to confirm acceptance of this clause. It will be entirely the discretion of the Buyer to place the Repeat order or not. 5. Tolerance Clause. To take care of any change in the requirement during the period starting from issue of RFP till placement of the contract, Buyer reserves the right to 50 % plus/minus increase or decrease the quantity of the required goods upto that limit without any change in the terms & conditions and prices quoted by the Seller. While awarding the contract, the quantity ordered can be increased or decreased by the Buyer within this tolerance limit. 6. Payment Terms. It will be mandatory for the Bidders to indicate their bank account numbers and other relevant e-payment details so that payments could be made through ECS/EFT mechanism instead of payment through cheques, wherever feasible. A copy of the model mandate form prescribed by RBI to be submitted by Bidders for receiving payments through ECS is at Form DPM-11 (Available in MoD website). The payment will be made as per the following terms, on production of the requisite documents:-

Sl Benchmark Payment

(a) On completion of Pre-Dispatch Inspection (PDI) by user representative at works against a Bank Guarantee of an equal amount. (Pl. note that this BG will be in addition to the PBG; This BG will be

10% of the contract amount

Page 23: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

23

returned on successful delivery of Items at NSRY(Kar))

(b) Delivery of equipment including accessories at NSRY(Karwar).

70 % of the contract amount.

(c) On occasion of obtaining Work Completion Certificate on successful completion of Installation / Trials & Commissioning (including handing over of documents and training).

20 % of the contract amount

7. Paying Authority. Director General Naval Projects, DGNP (Mbi). The payment of bills will be made on submission of the following documents by the Seller to the Paying Authority along with the bill:

(i) Ink-signed copy of contingent bill / Seller’s bill. (ii) Ink-signed copy of Commercial invoice / Seller’s bill. (iii) Copy of Contract with U.O. number and date of IFA’s concurrence, where required under delegation of powers. (iv) CRVs in duplicate. (v) Inspection note. (vi) Claim for statutory and other levies to be supported with requisite documents / proof of payment such as Excise duty challan, Customs duty clearance certificate, Octroi receipt, proof of payment for EPF/ESIC contribution with nominal roll of beneficiaries, etc as applicable. (vii) Exemption certificate for Excise duty / Customs duty, if applicable. (viii) Bank guarantee for advance, if any. (ix) Guarantee / Warranty certificate. (x) Performance Bank guarantee / Indemnity bond where applicable. (xi) DP extension letter with CFA’s sanction, U.O. number and date of IFA’s concurrence, where required under delegation of powers, indicating whether extension is with or without LD. (xii) Details for electronic payment viz Account holder’s name, Bank name, Branch name and address, Account type, Account number, IFSC code, MICR code (if these details are not incorporated in contract). (xiii) Any other document / certificate that may be provided for in the Contract. (xiv) User Acceptance. (xv) Xerox copy of PBG.

8. Fall clause. The following Fall clause will form part of the contract placed on successful Bidder -

(a) The price charged for the stores supplied under the contract by the Seller shall in no event exceed the lowest prices at which the Seller sells the stores or offer to sell stores of identical description to any persons/Organisation including the purchaser or any department of the Central government or any Department of state government or any statutory undertaking the central or state government as the case may be during the period till performance of all contracts placed during the currency of the rate contract is completed. (b) If at any time, during the said period the Seller reduces the sale price, sells or offer to sell such stores to any person/organisation including the Buyer or any Deptt, of central Govt. or any Department of the State Government or

Page 24: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

24

any Statutory undertaking of the Central or state Government as the case may be at a price lower than the price chargeable under the contract, he shall forthwith notify such reduction or sale or offer of sale to the Director general of Supplies & Disposals and the price payable under the contract for the stores of such reduction of sale or offer of the sale shall stand correspondingly reduced. The above stipulation will, however, not apply to:-

(i) Exports by the Seller. (ii) Sale of goods as original equipment at price lower than the prices charged for normal replacement. (iii) Sale of goods such as drugs which have expiry dates. (iv) Sale of goods at lower price on or after the date of completion of sale/placement of the order of goods by the authority concerned under the existing or previous Rate Contracts as also under any previous contracts entered into with the Central or State Govt. Depts, including their undertakings excluding joint sector companies and/or private parties and bodies.

(c) The Seller shall furnish the following certificate to the Paying Authority along with each bill for payment for supplies made against the Rate contract – “We certify that there has been no reduction in sale price of the stores of description identical to the stores supplied to the Government under the contract herein and such stores have not been offered/sold by me/us to any person/organization including the purchaser or any department of Central Government or any Department of a state Government or any Statutory Undertaking of the Central or state Government as the case may be up to the date of bill/the date of completion of supplies against all contracts placed during the currency of the Rate Contract at price lower than the price charged to the government under the contract except for quantity of stores categories under sub-clauses (a),(b) and (c) of sub-para (ii) above details of which are given below - ........”.

9. Exchange Rate Variation Clause. No adjustment of prices shall be entertained on account of any variation in exchange rate. 10. Risk & Expense clause

(a) Should the stores or any installment thereof not be delivered within the time or times specified in the contract documents, or if defective delivery is made in respect of the stores or any installment thereof, the Buyer shall after granting the Seller 45 days to cure the breach, be at liberty, without prejudice to the right to recover liquidated damages as a remedy for breach of contract, to declare the contract as cancelled either wholly or to the extent of such default. (b) Should the stores or any installment thereof not perform in accordance with the specifications / parameters provided by the SELLER during the check proof tests to be done in the BUYER’s country, the BUYER shall be at liberty, without prejudice to any other remedies for breach of contract, to cancel the contract wholly or to the extent of such default.

Page 25: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

25

(c) In case of a material breach that was not remedied within 45 days, the BUYER shall, having given the right of first refusal to the SELLER be at liberty to purchase, manufacture, or procure from any other source as he thinks fit, other stores of the same or similar description to make good:-

(i) Such default. (ii) In the event of the contract being wholly determined the balance of the stores remaining to be delivered thereunder.

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

11. Force Majeure clause

(a) Neither party shall bear responsibility for the complete or partial nonperformance of any of its obligations (except for failure to pay any sum which has become due on account of receipt of goods under the provisions of the present contract), if the non-performance results from such Force Majeure circumstances as Flood, Fire, Earth Quake and other acts of God as well as War, Military operation, blockade, Acts or Actions of State Authorities or any other circumstances beyond the parties control that have arisen after the conclusion of the present contract. (b) In such circumstances the time stipulated for the performance of an obligation under the present contract is extended correspondingly for the period of time of action of these circumstances and their consequences. (c) The party for which it becomes impossible to meet obligations under this contract due to Force Majeure conditions, is to notify in written form the other party of the beginning and cessation of the above circumstances immediately, but in any case not later than 10 (Ten) days from the moment of their beginning. (d) Certificate of a Chamber of Commerce (Commerce and Industry) or other competent authority or organization of the respective country shall be a sufficient proof of commencement and cessation of the above circumstances. (e) If the impossibility of complete or partial performance of an obligation lasts for more than 6 (six) months, either party hereto reserves the right to terminate the contract totally or partially upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate without any liability other than reimbursement on the terms provided in the agreement for the goods received.

12. Specification. The following Specification clause will form part of the contract placed on successful Bidder - The Seller guarantees to meet the specifications as per Part-II of RFP and to incorporate the modifications to the existing design configuration to meet the specific requirement of the Buyer Services as per modifications/requirements recommended after the Maintenance Evaluation Trials.

Page 26: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

26

All technical literature and drawings shall be amended as the modifications by the Seller before supply to the Buyer. The Seller, in consultation with the Buyer, may carry out technical up gradation/alterations in the design, drawings and specifications due to change in manufacturing procedures, indigenization or obsolescence. This will, however, not in any way, adversely affect the end specifications of the equipment. Changes in technical details, drawings repair and maintenance techniques along with necessary tools as a result of up gradation/alterations will be provided to the Buyer free of cost within 15 days of affecting such up gradation/alterations. 13. OEM Certificate. In case the Bidder is not the OEM, a certificate from its principles i.e. OEM, authenticating that the Bidder is an authorized dealer/distributor of items/equipments in India is mandatorily to be included along with the ‘T’ bid. 14. Earliest Acceptable Year of Manufacture. 2017 Quality / Life certificate will need to be enclosed with the Bill. 15. Transportation. The following Transportation clause will form part of the contract placed on successful Bidder

(a) CIF/CIP – The stores shall be delivered CIF/CIP at NSRY(Karwar). Seller will bear the costs and freight necessary to bring the goods to the port of destination. The Seller also has to procure marine/other insurance against the Buyer’s risk of loss of or damage to goods during the carriage. The Seller will contract for insurance and pay the insurance premium. Seller is also required to clear the goods for export. The stores shall be delivered to the Buyer by Indian ships only. The date of issue of the Bill of Lading shall be considered as the date of delivery. No part shipment of goods would be permitted. Trans-shipment of goods would not be permitted. In case it becomes inevitable to do so, the Seller shall not arrange part-shipments and/or transshipment without the express/prior written consent of the Buyer. The goods should be shipped by Indian vessels only. However, the Seller can still utilize the services of the MoD, Govt of India Freight Forwarding Agent details for which will be provided by the Buyer. Seller will be required to communicate the following information invariably by telex/signed in case of import of Defence Stores being brought in commercial ships to Embarkation Head Quarters concerned well in advance before the Ship sails the port of loading:

(i) Name of the Ship (ii) Port of Loading and name of Country. (iii) ETA at port of Discharge i.e. Mumbai, Kolkata, Chennai and Kochi. (iv) Number of Packages and weight. (v) Nomenclature and details of major equipment. (vi) Special instructions, if any stores of sensitive nature requiring special attention.

16. Packing and Marking. The following Packing and Marking clause will form part of the contract placed on successful Bidder

Page 27: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

27

(a) The Seller shall provide packing and preservation of the equipment and spares/goods contracted so as to ensure their safety against damage in the conditions of land, sea and air transportation, transshipment, storage and weather hazards during transportation, subject to proper cargo handling. The Seller shall ensure that the stores are packed in containers, which are made sufficiently strong, and with seasoned wood. The packing cases should have hooks for lifting by crane/fork lift truck. Tags with proper marking shall be fastened to the special equipment, which cannot be packed. (b) The packing of the equipment and spares/goods shall conform to the requirements of specifications and standards in force in the territory of the Seller’s country. (c) Each spare, tool and accessory shall be packed in separate cartons. A label in English shall be pasted on the carton indicating the under mentioned details of the item contained in the carton. A tag in English with said information shall also be attached to six samples of the item. If quantity contracted is less than six then tag shall be affixed to complete quantity contracted of the item. The cartons shall then be packed in packing cases as required.

(i) Part Number : (ii) Nomenclature : (iii) Contract annex number : (iv) Annex serial number : (v) Quantity contracted :

(d) One copy of the packing list in English shall be inserted in each cargo package, and the full set of the packing lists shall be placed in Case No.1 painted in a yellow color. (e) The Seller shall mark each package with indelible paint in the English language as follows:-

(i) EXPORT (ii) Contract No. ------------------------------------------ (iii) Consignee --------------------------------------------- (iv) Port / airport of destination ------------------------ (v) Ultimate consignee ---------------------------------- (vi) SELLER ----------------------------------------------- (vii) Package No. -------------------------------------- (viii) Gross/net weight : --------------------------------- (ix) Overall dimensions/volume : ------------- (x) The Seller’s marking.

(f) If necessary, each package shall be marked with warning inscriptions :<Top>, “Do not turn over”, category of cargo etc. (g) Should any special equipment be returned to the Seller by the Buyer, the latter shall provide normal packing, which protects the equipment and spares/goods from the damage of deterioration during transportation by land, air or sea. In this case the Buyer shall finalize the marking with the Seller.

Page 28: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

28

17. Quality. The quality of the stores delivered according to the present Contract shall correspond to the technical conditions and standards valid for the deliveries of the same stores for in Seller’s country or specifications enumerated as per RFP and shall also include therein modification to the stores suggested by the Buyer. Such modifications will be mutually agreed to. The Seller confirms that the stores to be supplied under this Contract shall be new i.e. not manufactured before (Year of Contract), and shall incorporate all the latest improvements and modifications thereto and spares of improved and modified equipment are backward integrated and interchangeable with same equipment supplied by the Seller in the past if any. The Seller shall supply an interchangeability certificate along with the changed part numbers wherein it should be mentioned that item would provide as much life as the original item. 18. Quality Assurance. Seller would provide the Standard Acceptance Test Procedure (ATP) within 01 month of this date of contract. Buyer reserves the right to modify the ATP. Seller would be required to provide all test facilities at his premises for acceptance and inspection by Buyer. The details in this regard will be coordinated during the negotiation of the contract. The item should be of the latest manufacture, conforming to the current production standard and having 100% defined life at the time of delivery. 19. Inspection Authority. The Inspection will be carried out by the user representative i.e., in this case NSRY(Kar) 20. Pre-Dispatch Inspection. The following Pre-dispatch Inspection clause will form part of the contract placed on successful Bidder

(a) The Buyer’s representatives will carry out Pre-Dispatch Inspection (PDI) of the stores/equipment in order to check their compliance with specifications in accordance with its usual standard procedures. Upon successful completion of such PDI, the Seller and Buyer will issue and sign a Certificate of Conformity as per the specimen at Form DPM-21(Available in MoD website). (b) The Seller shall intimate the Buyer at least 45 days before the scheduled date of PDI. The time required for completing visa formalities by the Seller should not be included in this notice. The Buyer will send his authorised representative(s) to attend the PDI. (c) The list of Buyer’s representatives together with their particulars including name, title, date and place of birth, passport numbers including date of issue and date of expiry, address, etc. must be communicated by the Buyer at least 20 days in advance to apply for the necessary authorization and clearances to be granted. (d) The Buyer reserves the right not to attend the PDI or to request for postponement of the beginning of the PDI by a maximum of fifteen (15) days from the date fixed for such PDI in order to allow his representative(s) to attend such tests, in which cases he shall inform in writing the Seller within 15 days before the date of the beginning of the PDI. Should the Buyer request for such postponement, liquidated damages, if any, shall not apply. In case the

Page 29: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

29

Buyer informs the Seller within the period mentioned hereinabove that he cannot attend the PDI or in case the Buyer does not come at the postponed date requested by him for performance of the PDI as mentioned above, the Seller shall be entitled to carry out said tests alone as scheduled. The Certificate of Conformity and the Acceptance Test Report will be signed by the Seller’s QA representative alone and such documents bearing the sole signature of the Seller’s QA representative shall have the same value and effect as if they have been signed by both the parties. In case Buyer does not elect to attend the PDI, the Buyer shall intimate the Seller in writing that it does not wish to attend the PDI. (e) The Seller shall provide all reasonable facilities, access and assistance to the Buyer’s representative for safety and convenience in the performance of their duties in the Seller’s country. (f) All costs associated with the stay of the Buyer’s Representative(s) in the country where the PDI is to be carried out, including travel expenses, boarding and lodging, accommodation, daily expenses, shall be borne by the Buyer. (g) The Seller shall provide Acceptance Test Procedure to the Buyer’s QA Agency within one month from the signing of the Contract.

21. Joint Receipt Inspection. The following Joint Receipt Inspection clause will form part of the contract placed on successful Bidder –

(a) The Parties agree that the Joint Receipt Inspection (JRI) of delivered goods shall be conducted at user’s site. JRI shall be completed within 90 days of arrival of good at site. JRI will consist of:

(i) Quantitative checking to verify that the quantities of the delivered goods correspond to the quantities defined in this contract and the invoices. (ii) Complete functional checking of the stores/equipment as per specifications in the contract and as per procedures and tests laid down by Buyer but functional checking of spares shall not be done. (iii) Check proof and firing, if required.

(b) JRI will be carried out by the Buyer’s representative(s). The Buyer will invite the Seller with a prior notice of a minimum of fifteen (15) days to attend the JRI for the delivered goods. The Seller shall have the right not to attend the JRI. The bio data of the Seller’s representative will need to be communicated fifteen (15) days prior to the dispatch of goods to the Buyer for obtaining necessary security clearance in accordance with the rules applicable in the Buyer’s country. (c) Upon completion of each JRI, JRI proceedings and Acceptance Certificate will be signed by both the parties. In case the Seller’s representative is not present, the JRI proceedings and Acceptance Certificate shall be signed by the Buyer’s representative only and the same shall be

Page 30: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

30

binding on the Seller. Copy of JRI proceedings and Acceptance Certificate shall be dispatched to the Seller within 30 days of completion of the JRI. In case of deficiencies in quantity and quality or defects, details of these shall be recorded in the JRI proceedings, Acceptance Certificate shall not be issued and claims raised as per the Article on Claims in the contract. In case of claims, Acceptance Certificate shall be issued by Buyer’s representative after all claims raised during JRI are settled. If the Buyer does not perform the JRI as mentioned above for reasons exclusively attributable to him, the JRI in India shall be deemed to have been performed and the stores/equipment fully accepted.

22. Franking clause. The following Franking clause will form part of the contract placed on successful Bidder:-

(a) Franking Clause in the case of Acceptance of Goods “The fact that the goods have been inspected after the delivery period and passed by the Inspecting Officer will not have the effect of keeping the contract alive. The goods are being passed without prejudice to the rights of the Buyer under the terms and conditions of the contract”. (b) Franking Clause in the case of Rejection of Goods “The fact that the goods have been inspected after the delivery period and rejected by the Inspecting Officer will not bind the Buyer in any manner. The goods are being rejected without prejudice to the rights of the Buyer under the terms and conditions of the contract.”

23. Claims. The following Claims clause will form part of the contract placed on successful Bidder –

(a) The claims may be presented either: (a) on quantity of the stores, where the quantity does not correspond to the quantity shown in the Packing List/Insufficiency in packing, or (b) on quality of the stores, where quality does not correspond to the quality mentioned in the contract. (b) The quantity claims for deficiency of quantity shall be presented within 45 days of completion of JRI and acceptance of goods. The quantity claim shall be submitted to the Seller as per Form DPM-22 (Available in MoD website and can be given on request). (c) The quality claims for defects or deficiencies in quality noticed during the JRI shall be presented within 45 days of completion of JRI and acceptance of goods. Quality claims shall be presented for defects or deficiencies in quality noticed during warranty period earliest but not later than 45 days after expiry of the guarantee period. The quality claims shall be submitted to the Seller as per Form DPM-23 (Available in MoD website). (d) The description and quantity of the stores are to be furnished to the Seller along with concrete reasons for making the claims. Copies of all the justifying documents shall be enclosed to the presented claim. The Seller will settle the claims within 45 days from the date of the receipt of the claim at the Seller’s office, subject to acceptance of the claim by the Seller. In case no

Page 31: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

31

response is received during this period the claim will be deemed to have been accepted. (e) The Seller shall collect the defective or rejected goods from the location nominated by the Buyer and deliver the repaired or replaced goods at the same location under Seller’s arrangement. (f) Claims may also be settled by reduction of cost of goods under claim from bonds submitted by the Seller or payment of claim amount by Seller through demand draft drawn on an Indian Bank, in favour of Principal Controller/Controller of Defence Accounts concerned. (g) The quality claims will be raised solely by the Buyer and without any certification/countersignature by the Seller’s representative stationed in India.

24 Warranty The following Warranty will form part of the contract placed on successful Bidder –

(a) If within the period of warranty, the goods are reported by the Buyer to have failed to perform as per the specifications, the Seller shall either replace or rectify the same free of charge, within a maximum period of 45 days of notification of such defect received by the Seller, provided that the goods are used and maintained by the Buyer as per instructions contained in the Operating Manual. Warranty of the equipment would be extended by such duration of downtime. Record of the down time would be maintained by the user in the logbook. Spares required for warranty repairs shall be provided free of cost by the Seller. The Seller also undertakes to diagnose, test, adjust, calibrate and repair/replace the goods/equipment arising due to accidents by neglect or misuse by the operator or damage due to transportation of the goods during the warranty period, at the cost mutually agreed to between the Buyer and the Seller. (b) The Seller also warrants that necessary service and repair back up during the warranty period of the equipment shall be provided by the Seller and he will ensure that the downtime is within 0.5 % of the warranty period. (c) The Seller shall associate technical personnel of the Maintenance agency and Quality Assurance Agency of the Buyer during warranty repair and shall also provide the details of complete defects, reasons and remedial actions for defects. (d) If a particular equipment/goods fails frequently and/or, the cumulative down time exceeds 20 % of the warranty period, the complete equipment shall be replaced free of cost by the Seller within a stipulated period of 60 days of receipt of the notification from the Buyer. Warranty of the replaced equipment would start from the date of acceptance after Joint Receipt Inspection by the Buyer/date of installation and commissioning. (e) In case the complete delivery of Engineering Support Package is delayed beyond the period stipulated in this contract, the Seller undertakes that the warranty period for the goods/stores shall be extended to that extent.

Page 32: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

32

(f) The Seller will guarantee the shelf life of (10) years under the Indian tropical condition as given below:

(i) Minimum temperature – 10ºC (ii) Maximum temperature - 50ºC (iii) Average Humidity – 90%

(g) The Seller shall make available the detailed specifications of all oils and lubricants required to be used in the equipment at the line of initial delivery of equipment to facilitate identification and development of indigenous equivalents to be used after the expiry of the warranty period.

25. Product Support. The following Product Support clause will form part of the contract placed on successful Bidder:-

(a) The Seller agrees to provide Product Support for the stores, assemblies/sub-, fitment items and consumables, Special Maintenance Tools(SMT)/Special Test Equipments (STE) subcontracted from other agencies/ manufacturer by the Seller for a maximum period of 20 years including 01 year of warranty period after the delivery of items required for items.

(b) In the event of any obsolescence during the above mentioned period of product support in respect of any component or sub-system, mutual consultation between the Seller and Buyer will be undertaken to arrive at an acceptable solution including additional cost, if any. (c) Any improvement/modification/ up gradation being undertaken by the Seller or their sub suppliers on the stores/equipment being purchased under the Contract will be communicated by the Seller to the Buyer and, if required by the Buyer, these will be carried out by the Seller at Buyer's cost.

26. Engineering Support Package (ESP) clause. The following ESP clause will form part of the contract placed on successful Bidder –

(a) Repair Philosophy. The Engineering Support Philosophy shall conform to the repair philosophy as follows:

(i) Unit level repairs. These are repairs carried out within the unit holding this equipment with tools generally held within the unit or supplied by the manufacturer with each equipment or as per scaling of 1:10 or any other scaling recommended by the manufacturer as per population held in the unit. These pertain to cleaning, lubrications, minor repairs and replacement of components and minor assemblies that can be carried out in field without any sophisticated tools or test equipment. For carrying out such repairs, the manufacturer is required to provide the following:-

(aa) Table of Tools and Equipment (TOTE) with each equipment including operators manual. (ab) Scaling of special tools and spares as mentioned above including Maintenance manual.

Page 33: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

33

(ii) Field Repairs. These are repairs carried out in the field by technicians specially trained for this purpose and where the required special tools and spares have to be provided. These repairs comprise replacement of major assemblies and other components beyond the scope of unit level repairs. Normally a field work shop that carries out such repairs looks after three to four units holding the said equipment. The manufacturer is required to provide the following:-

(aa) Quantity and specification of spares that need to be stocked for a population of ordered equipment. (ab) Special Maintenance Tools and Test Equipment that need to be provided to each such field work shop. (The total number of such facilities would also have to be stated based on deployment pattern of the concerned equipment to carryout total costing).

(iii) Base overhaul. All repairs including repairs to components, subassemblies and overhaul of the complete equipment are carried out by this facility. Depending on the population of the equipment, one to five such facilities may be established in India for this purpose (The actual No would have to be stated for costing).The manufacturer is required to provide the following:-

(aa) All Special Maintenance Tools, jigs, fixtures and test equipment for carrying out repairs up to component level. (ab) Quantity and specification of spares, sub assemblies as per population expected to be maintained. (ac) Oils and lubricants necessary for overhaul. (ad) All necessary technical literature. (ae) Calibration facilities for test equipment. This level of repair defines stripping and rebuilding of equipment in a Base workshop.

(b) Manufacturers Recommended List of Spares (MRLS). Based on the explanation given above, Bidders are requested to provide MRLS to sustain the equipment for a period of 05 years for various levels of repair as per format given at Form DPM-19 (Available in MoD website). Bidders will be required to provide these both with Technical and Commercial proposals. (In case where the equipment has been in usage the spares would be sought by Buyer, on the recommended list to be furnished by the maintenance agency, based on the exploitation of the equipment, and NOT as per MRLS). While with the commercial proposal, the actual costs of each component/spare will be provided, in the case of Technical Proposal these will be reflected as Low Cost/ Medium Cost/High Cost. A guideline for this purpose is as under:-

(i) Low Cost. Less than 2 % of the unit cost of the equipment/sub system. (ii) Medium Cost. 2 to 10% of the unit cost of the equipment/sub system.

Page 34: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

34

(iii) High Cost. Greater than 10 % of the unit cost of equipment/subsystem. If the complete equipment comprises a number of different sub systems, for e.g. it is coming mounted on a vehicle or is provided with a stand for mounting or is inclusive of a generator or an air conditioner or has a sight, the MRLS must be provided separately for each such sub system.

(c) Special Maintenance Tools and Test Equipment. This is to be formulated in a similar manner as explained for MRLS. A suggested format is given at Form DPM-17 (Available in MoD website) and is to be included in both Technical and Commercial Proposals. The cost column may be left blank in the Technical Proposal. (d) Technical Literature. The details of technical literature to be supplied with the system should be listed as per the suggested format at Form DPM-18 (Available in MoD website). This should be provided with both Technical and Commercial Proposals. The cost column may be left blank in the Technical Proposal. (e) Miscellaneous Aspects. (Applicable only when trials are required) – In cases where the equipment is required to undergo trials, the equipment will also be put through Maintenance Evaluation Test. Based on this evaluation and in consultation with the supplier, the MRLS may be refined. During user trials it may be brought out that the equipment is acceptable subject to carrying out certain modifications / improvements. (f) Maintainability Evaluation Trials (MET). This is carried with a view to facilitate provisioning of effective engineering support during life cycle of the equipment. This would involve stripping of the equipment and carrying out recommended tests and adjustments and establishing adequacy of maintenance tools, test equipment and technical literature. MET details will be given as per format given at Form DPM-20 (Available in MoD website and can be given on request). To facilitate this process the Bidder is required to provide the following :-

(i) Technical Literature. (aa) User Handbook/Operators Manual in English. (ab) Design Specifications. (ac) Technical Manuals.

(bb). Part I Tech description, specifications, functioning of various systems. (cc). Part II Inspection/Maintenance tasks repair procedures, materials used, fault diagnosis and use of Special Maintenance Tools (SMTs)/Special Test Equipment (STEs). (dd). Part III Procedure for assembly/disassembly, repair up to component level, safety precautions.

Page 35: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

35

(ee). Part IV Part list with drawing reference and List of SMTs/STEs Test Bench.

(ad) Manufacturers Recommended List of Spares (MRLS). (ae) Illustrated Spare Parts List (ISPL) and along with the prices in the Commercial offer. (af) Technical Manual on STE with drawing reference. (ag) Complete Equipment Schedule. (ah) Table of Tools & Equipment (TOTE) & carried spares. (aj) Rotable list, norms of consumption, mandatory/ non mandatory spares list for each system.

(ii) One set of Special Maintenance Tools (SMTs). (iii) One set of Special Test Equipment (STEs). (vi) Servicing Schedule. (v) Condemnation limits. (vi) Permissive repair schedule. (vii) Packing specifications /instructions. (viii) Design Specifications. (ix) Any additional information suggested by the OEM.

(g) Vendors quoting lesser ESP / MRLS in terms of range and depth will have to make good the deficiency. The vendors quoting surplus items in ESP / MRLS should agree to buy back the surplus spares.

27. Price Variation (PV) Clause. This is firm and fixed price contract and will not subject to any adjustment during the performance of contract for any reason whatsoever. However, taxes and levies, as per current rates will be applicable.

Page 36: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

36

PART V – EVALUATION CRITERIA & PRICE BID

1. Evaluation Criteria. The broad guidelines for evaluation of Bids will be as follows:

(a) Only those Bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the RFP, both technically and commercially. All items in a Particular Category being bid for are to be quoted for. (b) In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated by the Buyer with reference to the technical characteristics of the equipment as mentioned in the RFP. The compliance of Technical Bids would be determined on the basis of the parameters specified in the RFP. The unpriced ‘Q’ bids will be evaluated along with the technical bid to ensure uniform compliance with clear statement of required taxes and terms of payment amongst various bidders. T- Bids that are not accompanied by with un-priced Q-Bids are liable for rejection. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation. (c) In cases where only Indian Bidders are competing, L-1 bidder will be determined by the F.O.R. prices at destination excluding levies, taxes and duties levied by Central/ State/ Local Governments such as Excise Duty, VAT, Service Tax, Octroi/ Entry Tax etc on the final product, as quoted by the bidders. The evaluation and comparison of responsive bids shall be done on the prices of the goods/ equipment offered and other charges such as Installation, Commissioning, Training, Packing & Forwarding, Freight, Insurance, AMC (if specifically called for L-1 evaluation) but excluding levies, taxes and duties levied by Central/ State/ Local Governments such as Excise Duty, VAT, Service tax, Octroi/ Entry Tax, Custom Duties etc on the final product, which will be paid extra as per actual, wherever applicable. (d) Bidders are required to bid for each item listed in the RFP for procurment. The Lowest Bid (L-1) will be decided upon the lowest cumulative price of all items in the Scope of Supply as stated in Part II of the RFP as per the Price Format given at Para 2 below (will include quoted price of Installation, Commissioning, Training, Packing & Forwarding, Freight, Insurance etc) excluding levies, taxes and duties levied by Central/ State/ Local Governments such as Excise Duty, VAT, Service Tax, Octroi/ Entry Tax etc on the final product, as quoted by the bidders.. (e) It is however, mandatory that all such levies, taxes and duties levied by Central/ State/ Local Governments such as Excise Duty, VAT, Service tax, Octroi/ Entry Tax, Custom Duties etc are clearly indicated and quantified including the rate at which they are chargeable in the Q- Bids. Bids that do not detail these taxes and levies are likely to be rejected. (f) The bidders must indicate separately the relevant Taxes and Duties likely to be paid in connection with delivery of finished/ completed goods specified in the RFP. In the absence of this, the total cost quoted by them will be taken into account in the ranking of bids.

Page 37: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

37

(g) Levies, taxes and duties levied by Central/ State/ Local Governments such as Excise Duty, VAT, Srvice Tax, Octroi/ Entry Tax etc on final product will be paid by the buyer on actual, based on relevant documentary evidence. Taxes and duties on input items will not be paid by the Buyer and they need not be separately indicated in the bids. Bidders are required to include the same in the pricing of their product. (h) If a Bidder is exempted from payment of any duty / tax upto any value of supplies from them, they should clearly state that no such dytu/ tax will be charged by them up to the limit of exemption which they may have. If any concession is available in regard to rate/quantum of any duty/ tax, it should be brought out clearly. (i) Any changes in levies, taxes and duties levied by Central/State/ Local governments such as Excise Duty, VAT, Service Tax, Octroi/Entry Tax, etc on final product upward as a result of any statutory variation taking place within the contract period shall be allowed re-imbursement by the Buyer, to the extent of actual quantum of such duty / tax paid by the Seller. (j) Similarly, in case of downward revision in any such duty/ tax, the actual quantum of reduction of such duty/ tax shall be reimbursed to the Buyer by the Seller. All such adjustments shall include reliefs, exemptions, rebates, concession etc, if any, obtained by the seller. Section 64-A of Sales of Good Act will be relevant in this situation. (k) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price. (l) The Lowest Acceptable Bid will be considered further for placement of contract after complete clarification and price negotiations as decided by the Buyer. The Buyer will have the right to award contracts to different Bidders for being lowest in particular items. The Buyer also reserves the right to do Apportionment of Quantity, if it is convinced that Lowest Bidder is not in a position to supply full quantity in stipulated time. (m) Any other criteria as applicable to suit a particular case.

2. 2. Price Bid Format. The Price Bid is required to be made in Indian Rupees.

The Price Bid Format is given below and Bidders are required to fill this up correctly with full details: PART A- “COST OF MATERIAL” For Category – 1 Items

Sl. Nomenclature/ Description

Inte

rna

l

Ref. I

d.

Overall Dimensions (L x B x H) (All in mm)

UOM

QT

Y

Make &

Model

Unit rate (in

Rs.)

Total (in Rs)

1. Work Bench + Drawer cabinet [Cutting Bench]

7 2000 x 800 x 850 Nos 02

Page 38: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

38

2. Work Bench + Drawer cabinet [Metal fitter's Plate Bench]

8 1500 x 800 x 850 Nos 03

3. Work Bench + Drawer cabinet [Bench]

11 2000 x 800 x 850 Nos 03

4. Work Bench +multipurpose back panel [Wooden Laboratory Table]

18 2000 x 800 x 850/1480

Nos 01

5. Computer Table + armed cushion chair [Computer Table]

19 1000 x 800 x 800 Nos 03

6. Work Bench + multipurpose back panel [Work Table]

20-22 2000 x 800 x 850/1480

Nos 36

7. Work Bench + Drawer cabinet [Table for Desk Type Eqpt.]

23 1500 x 800 x 850 Nos 03

8. Work Bench + Drawer cabinet [Wooden Radio Elect. Table]

26 1500 x 800 x 850 Nos 02

9. Work Bench +multipurpose back panel + Shelf [Methodologist Workplace]

28 1500 x 800 x 850 Nos 20

10. Work Bench + multipurpose back panel + Shelf + Drawer cabinet [Cart Table]

31 1500 x 800 x 850 Nos 02

11. Antistatic Work Stations +Single Work table top + Shelf [Antistatic Table]

32 1550 x 820 x 1285 Nos 03

12. Work Bench + Drawer cabinet [Metal Equipment Table]

33 1500 x 800 x 850 Nos 09

13. Antistatic Work Stations + Single Work table top and a Shelf [Table with grating in top and lower portions]

34 1550 x 820 x 1285 Nos 01

14. Work Bench+ back panel +shelf [Table for painting and filling]

35 1500 x 800 x 840 Nos 01

15. Work Bench + Drawer cabinet [Double Wash Table]

36 1500 x 800 x 850 Nos 01

16. Multi Flex shelving system [Long Span Rack (Multi Flex Shelving)]

12 2200 (H) x 900 (W) x 600 (D)

Nos 30

17. Cabinet with multilevel shelves (with centre support) and Sliding Door [Paper storage Cabinet]

41 1200 (H) x1500 (W) x 450 (D) x

Nos 09

18. Cabinet with multilevel shelves (with centre support) and Sliding Door [Metal Tools and Instrument Cabinet]

42 1200 (H) x 2050 (W) x 450 (D)

Nos 07

19. Multi Shelf Anti Static Cabinets with ESD Safe Bins [Antistatic Cabinet]

43 1875 x 900 x 400 (H x W x D)

Nos 04

20. Single sided cantilever racks

(L x B x H) 30 5000 x 1500 x 2000 Nos 04

Total Nos of pieces in all 144

21. Any Other Charges such as

Packing and Forwarding, etc

(a)

(b)

(c)

22 Total Material Cost of

Page 39: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

39

Equipment [ Add Sl 1-21] 23. Details of Taxes on

Material

(a) Excise Duty @ ____%

(b) VAT/CST @ _____%

(c) Custom Duty @ _____%

(d) Any other Taxes/ Cess / Levies on material @____%

24. Total of taxes on Materials [ Add Sl 23(a) – 23(d)]

PART B – “SERVICES / WORK”

Sl. DESCRIPTION OF ITEMS U O M VALUE (IN RS)

1. Erection, Installation, Commissioning of

workbenches/ shelves etc at NSRY(Karwar)

Lumpsum

2. Any other charges such as: Lumpsum

(a) Freight/ Transportation

(b) Transit Insurance

(c) Any other such charges

3. Total of Services/ Work [ Add Sl 1+2] Lumpsum

4. Details of Taxes on Services/ Work Lumpsum

(a) Service Tax @ ___% on Sl 3

(b) Any other Taxes/ Cess / Levies on services/

work @____% on Sl 3

5. Total of Taxes on Services / Work

[Add Sl 4(a) + 4(b)]

PART C – “TOTAL SUMMARY TABLE”

PRICE SCHEDULE – TENDER SUMMARY

Sl Part Total Rs in Figures Total Rs in Words

CATEGORY 1

1. Part A – Cost of Material – [Sl 22. of PART A]

2. Part B – Services/Work - [Sl 3. of PART B]

Page 40: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

40

Note: If errors, omissions, ambiguities, inconsistencies or other defects are found in

the contractor’s documents, they and the works shall be corrected at the contractor’s

cost notwithstanding any consent or approval of the engineer/consignee. Therefore

any variation in any quantity of materials or works services due to contractors design

shall not be adjusted.

3. Additional information in Price Bid on Taxes and Duties (not in scope of L-1 determination). Pse ensure that following details are clearly furnished in the Bids: (a) If Excise Duty is being claimed extra , then mention the following – (i) Total value of items on which Excise Duty is leviable (ii) Rate of Excise Duty (item-wise if different ED is applicable) (iii) Surcharge on Excise duty, if applicable

(iv) Total value of excise duty payable. (b) If VAT is being claimed as extra, then mention the following –

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

(c) If, Service Tax is being charged as extra, the mention the following –

(i) Total value of Services on which Service Tax is leviable (ii) Rate of Service Tax leviable

(iii) Total value of Service Tax leviable (d) If, Custom Duty is being charged as extra, then mention the following – (i) CIF value of stores to be imported (ii) Rate of Customs Duty payable (iii) Total amount of Customs Duty Payable (e) Details of Octroi / Entry Taxes (f) Details of any other Taxes / Duties

3. Total Basic Cost of Equipment including delivery / installation / commissioning and training (Sl 1 + Sl 2) - [Basis for L-1 evaluation]

4. Taxes on Material – [Sl 24. of PART A]

5. Taxes on Services / Work – CAT –I [Sl 5. of PART B]

6. GRAND TOTAL : TOTAL COST OF PROCUREMENT – CAT – I (SL. 3 + SL. 4 + SL. 5)

Terms Of Payment (10% , 70%, 20%) Accepted Not Accepted

Warranty Period (60 months) Accepted Not Accepted

Delivery Period (06 months) Accepted Not Accepted

Terms and Conditions of RFP Accepted Not Accepted

Validity of Bids (180 days) Accepted Not Accepted

PS. 1. Please note barring Octroi exemption certificate, no other exemption certificate will be issued by the Buyer 2. NEFT details of the firm are to be submitted along with the bid, duly verified by the concerned bank, along with a crossed/ cancelled cheque of the relevant account

Page 41: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

41

APPENDIX ‘A’

EMD BANK GUARANTEE FORMAT

Whereas ……………………………………(hereinafter called the “Bidder”) has submitted their offer dated………………………………….for the supply of ……………………………………… (hereinafter called the “Bid”) against the Buyer’s Request for proposal No. ……………………………………………… KNOW ALL MEN by these presents that WE ……………………………of ………………………………………….. having our registered office at ……………………………………………………………. are bound unto …………………. (hereinafter called the “Buyer) in the sum of ……………………………………………………………………………for which payment will and truly to be made to the said Buyer, 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 obligations are – (1) If the Bidder withdraws or amends, impairs or derogates from the Bid in any respect within the period of validity of this tender. (2) If the Bidder having been notified of the acceptance of his tender by the Buyer during the period of its validity. (3) If the Bidder fails to furnish the Performance Security for the due performance of the contract. (4) Fails or refuses to accept/execute the contract. WE undertake to pay the Buyer up to the above amount upon receipt of its first written demand, without the Buyer having to substantiate its demand, provided that in its demand the Buyer will note that the amount claimed by it is due to it owing to the occurrence of one or both the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force upto and including 45 days after the period of tender validity and any demand in respect thereof should reach the Bank not later than the above date. ……………………………. (Signature of the authorized officer of the Bank) Name and designation of the officer Seal, name & address of the Bank and address of the Branch

Page 42: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

42

APPENDIX ‘B’ (refers to Para 2/ part II of the RFP)

TECHNICAL DETAILS OF THE SHOPFLOOR/ OFFICE FURNITURE

Sl Item Name/ Qty reqd

Features/ Parameters Specifications & Parameter values

1. Cutting Bench/ 02 Nos

Fig Ref Appendix – C

(a) Description (i) Workbench with Two drawer cabinet. (ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions Size (L x B x H): 2000 X 800 X 850 mm

(c) Table Top Load capacity (UDL) 700 kgs and above/ UDL

(d) Cabinet Dimensions (Indicative) Desk with Two drawers – Size (W x D x H): 565 X 725 X 300 mm

(e) Drawer Combination 2 x 100 mm

(f) Material (i) Multiplex worktop with thickness of 50 mm and includes various layers of beech wood planed, glued and pressed together. (ii) The cabinet should be made from cold rolled steel sheet with thickness 1 and 2 mm.

(g) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition. (ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with

Page 43: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

43

epoxy polyester blending.

(h) Other Features

(i) Drawer handles Drawer provisioned with high quality handles

(ii) Locking facility Locking Facility for Drawer

(iii) Color/ Shade options available To be listed by the bidder in the T- Bid

(iv) Drawer Load capacity 100 kg and above / UDL

(v) Anti Tilt Mechanism The Cabinet will be fitted with anti-tilt mechanism to prevent accidental toppling.

(vi) Table top finish All work tables should have a polished wood finish with matching edge lip beadings

(vii) Edge finish Table top edges should be finished with rounded Bead lipping, finished and color matched with the table top colour. The bead lipping should be sturdy the meet the shopfloor use.

(viii) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

2. Metal Fitter’s one plate bench/ 03 Nos

Fig Ref Appendix - D

(a) Description (i) Workbench with Two drawer cabinet. (ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions Size (L x B x H): 1500 X 800 X 850 mm

(c) Table Top Load capacity (UDL) 1000 kgs and above/ UDL

(d) Cabinet Dimensions (Indicative) Desk with Two drawers – Size (W x D x H): 565 X 725 X 300 mm

(e) Drawer Combination 2 x 100 mm

(f) Material/ fabrication (i) Multiplex worktop with thickness of 50 mm and includes various layers of beech wood planed, glued and pressed together.

Page 44: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

44

(ii) Each table top to be fitted with an electro-galvanized steel cover with oil proof rubber coating of thickness between 1.2 and 1.5 mm. (iii) The cabinet should be made from cold rolled steel sheet with thickness 1 and 2 mm.

(g) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition. (ii) The final product would be powder and electrophoresis coated to an average of 60 - 80 micron thickness with epoxy polyester blending.

(h) Other Features

(i) Drawer handles Drawer provisioned with high quality handles

(ii) Locking facility Locking Facility for Drawer

(iii) Color/ Shade options available To be listed by the bidder in the T- Bid

(iv) Drawer Load capacity 100 kg and above / UDL

(v) Anti Tilt Mechanism The Cabinet will be fitted with anti-tilt mechanism to prevent accidental toppling.

(vi) Table top finish All work tables should have a polished wood finish with matching edge lip beadings

(vii) Edge finish Table top edges should be finished with rounded Bead lipping, finished and color matched with the table top color. The bead lipping should be sturdy the meet the shop floor use.

(viii) Weight of Each Assembled To be detailed by the

Page 45: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

45

Unit bidder in its T- Bid

3. Bench/ 03 Nos

Fig ref Appendix - E

(a) Description (i) Work bench with 02 Drawer Cabinet (ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions Size (L x B x H): 1500 X 800 X 850 mm

(c) Table Top Load capacity (UDL) 1000 kgs and above/ UDL

(d) Cabinet Dimensions (Indicative) Desk with Two drawers – Size (W x D x H): 565 X 725 X 300 mm

(e) Drawer Combination 2 x 100 mm

(f) Material/ Fabrication (i) Multiplex worktop with thickness of 50 mm and includes various layers of beech wood planed, glued and pressed together (ii) The top must be fitted with an electro-galvanized steel cover with oil proof rubber coating of thickness 1 and 1.5 mm with L-shaped profile at the long edges. (iii) The Cabinet to be made from cold rolled steel sheet with thickness 1 and 2mm.

(g) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition. (ii) The final product would be powder and electrophoresis coated to an average of 60 - 80 micron thickness with

Page 46: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

46

epoxy polyester blending.

(h) Other Features

(i) Drawer handles Drawer provisioned with high quality handles

(ii) Locking facility Locking Facility for Drawer

(iii) Color/ Shade options available To be listed by the bidder in the T- Bid

(iv) Drawer Load capacity 100 kg and above / UDL

(v) Anti Tilt Mechanism The Cabinet will be fitted with anti-tilt mechanism to prevent accidental toppling.

(vi) Weight of Each Assembled Unit To be detailed by the bidder in its T- Bid

4. Wooden Laboratory table/ 01 No

Fig ref Appendix F

(a) Description (i) Workbench with Multipurpose back panel (ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions Size (L x B x H): 2000 X 800 X 850/1480 mm

(c) Table Top Load capacity (UDL) 1000 kgs and above/ UDL

(d) Back perforated Panels (Qty in nos/ Dimensions)

02 nos; each of dimension 900 x 300 mm (Indicative)

(e) Dual Slot Uprights (Qty: Nos) 03

(f) Height of Dual Slot Uprights (Indicative)

630 mm

(g) Number of shelves to be mounted on the dual slot uprights

02

(h) Dimensions of shelves (Indicative)

950 x 320 mm

(i) Material/ Fabrication

(i) Work bench with two pair of legs and multiplex worktop of thickness 50mm and includes various layers of beech wood planed, glued and pressed together. (ii) A Multipurpose back perforated panel must be supplied with the

Page 47: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

47

workbench. (iii) It must comprise of the following components – Dual slot uprights of height 632 mm and two shelves.

(j) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition. (ii) The final product would be powder and electrophoresis coated to an average of 60 -80 micron thickness with epoxy polyester blending.

(k) Color/ Shade options available To be listed by the bidder in the T- Bid

(l) Weight of Each Assembled Unit To be detailed by the bidder in its T- Bid

5. Computer Table/ 03 Nos

Fig ref - NIL (- to be customized as per description below)

(a) Description Computer Table with Armed Cushion Chair

(b) Overall Dimensions (Indicative) Size (L x B x H): 1000 X 800 X 800 mm

(b) Material/ Fabrication (i) Solid Plywood (minimum 18 mm) (ii) Slotted dedicated spaces for CPU, Printer, UPS

(c) Paint/ protective coat requirements

(i) Water Proof/ IS compliant (ii) Anti-Termite and Anti-Pest properties/ IS compliant. (ii) All Surface Premium Mica Finished.

(d) Computer Chair with arms (of reputed make only as listed in part II of the RFP. Make and Model No to be detailed in the RFP)

Cushioned , ergonomic with adjustable back rest, height and arm rests; wheels

(e) Color/ Shade options available To be listed by the bidder in the T- Bid

Page 48: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

48

(f) Weight of Each Assembled Unit To be detailed by the bidder in its T- Bid

6. Work Table/ 36 Nos

Fig ref Appendix - G

(a) Description (i) Workbench with Multipurpose back panel (ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions Size (L x B x H): 2000 X 800 X 850/1480 mm

(c) Table Top Load capacity (UDL) 1000 kgs and above/ UDL

(d) Back perforated Panels (Qty in nos/ Dimensions)

02 nos; each of dimension 900 x 300 mm (Indicative)

(e) Dual Slot Uprights (Qty: Nos) 03

(f) Height of Dual Slot Uprights (Indicative)

630 mm

(g) Number of shelves to be mounted on the dual slot uprights

02

(h) Dimensions of shelves (Indicative)

950 x 320 mm

(i) Material/ Fabrication

(i) Work bench with two pair of legs and multiplex worktop of thickness 50mm and includes various layers of beech wood planed, glued and pressed together. (ii) A Multipurpose back perforated panel must be supplied with the workbench. (iii) It must comprise of the following components – Dual slot uprights of height 632 mm and two shelves.

(j) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition.

Page 49: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

49

(ii) The final product would be powder and electrophoresis coated to an average of 60 -80 micron thickness with epoxy polyester blending.

(k) Color/ Shade options available To be listed by the bidder in the T- Bid

(l) Weight of Each Assembled Unit To be detailed by the bidder in its T- Bid

7. Table for Desk Type Equipment/ 03 nos

Fig ref Appendix- H

(a) Description (i) Workbench with 2 drawers Cabinet. (ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions Size (L x B x H): 1500 X 800 X 850 mm

(c) Table Top Load capacity (UDL) 1000 kgs and above/ UDL

(d) Cabinet Dimensions (Indicative) Desk with Two drawers – Size (W x D x H): 565 X 725 X 300 mm

(e) Drawer Combination 2 x 100 mm

(f) Material/ fabrication (i) Multiplex worktop with thickness of 50 mm and includes various layers of beech wood planed, glued and pressed together. (ii) Each table top to be fitted with an electro-galvanized steel cover with oil proof rubber coating of thickness between 1.2 and 1.5 mm. (iii) The cabinet should be made from cold rolled steel sheet with thickness 1 and 2 mm.

(g) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-

Page 50: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

50

corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition. (ii) The final product would be powder and electrophoresis coated to an average of 60 - 80 micron thickness with epoxy polyester blending.

(h) Other Features

(i) Drawer handles Drawer provisioned with high quality handles

(ii) Locking facility Locking Facility for Drawer

(iii) Color/ Shade options available To be listed by the bidder in the T- Bid

(iv) Drawer Load capacity 100 kg and above / UDL

(v) Anti Tilt Mechanism The Cabinet will be fitted with anti-tilt mechanism to prevent accidental toppling.

(vi) Table top finish All work tables should have a polished wood finish with matching edge lip beadings

(vii) Edge finish Table top edges should be finished with rounded Bead lipping, finished and color matched with the table top color. The bead lipping should be sturdy the meet the shop floor use.

(viii) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

8. Wooden Radio Electronic Table/ 02 Nos

Fig ref Appendix- I

(a) Description (i) Workbench with 2 drawers Cabinet. (ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions Size (L x B x H): 1500 X 800 X 850 mm

Page 51: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

51

(c) Table Top Load capacity (UDL) 1000 kgs and above/ UDL

(d) Cabinet Dimensions (Indicative) Desk with Two drawers – Size (W x D x H): 565 X 725 X 300 mm

(e) Drawer Combination 2 x 100 mm

(f) Material/ fabrication (i) Multiplex worktop with thickness of 50 mm and includes various layers of beech wood planed, glued and pressed together. (ii) Each table top to be fitted with an electro-galvanized steel cover with oil proof rubber coating of thickness between 1.2 and 1.5 mm. (iii) The cabinet should be made from cold rolled steel sheet with thickness 1 and 2 mm.

(g) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition. (ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

(h) Other Features

(i) Drawer handles Drawer provisioned with high quality handles

(ii) Locking facility Locking Facility for Drawer

(iii) Color/ Shade options available To be listed by the bidder in the T- Bid

(iv) Drawer Load capacity 100 kg and above / UDL

(v) Anti Tilt Mechanism The Cabinet will be fitted with anti-tilt mechanism to prevent accidental toppling.

Page 52: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

52

(vi) Table top finish All work tables should have a polished wood finish with matching edge lip beadings

(vii) Edge finish Table top edges should be finished with rounded Bead lipping, finished and color matched with the table top color. The bead lipping should be sturdy the meet the shop floor use.

(viii) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

9. Methodologist Workplace/ 20 Nos

Fig ref Appendix - J

(a) Description (i) Workbench with Back panel and Shelf (ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions Size (L x B x H): 1500 X 800 X 850 mm

(c) Table Top Load capacity (UDL) 1000 kgs and above/ UDL

(d) Back perforated Panels (Qty in nos/ Dimensions)

01 nos; of dimension 1450 x 300 mm (Indicative)

(e) Dual Slot Uprights (Qty: Nos) 02

(f) Height of Dual Slot Uprights (Indicative)

630 mm

(g) Number of adjustable shelves to be mounted on the dual slot uprights

01

(h) Load capacity of shelf , Kg (UDL)

500 kg (UDL)

(i) Dimensions of adjustable shelves (Indicative)

1440 x 420 mm

(j) Material/ Fabrication (i) Work bench with multiplex worktop of thickness 50mm and includes various layers of beech wood planed, glued and pressed together. (ii) A Multipurpose back perforated panel must be supplied with the

Page 53: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

53

workbench. (iii) It must comprise of the following components – Dual slot uprights of height 632 mm and one adjustable shelf.

(k) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition. (ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

(l) Table top finish All work tables should have a polished wood finish with matching edge lip beadings

(m) Edge finish Table top edges should be finished with rounded Bead lipping, finished and color matched with the table top color. The bead lipping should be sturdy the meet the shop floor use.

(n) Supply of ESD safe Plastic containers/ bins to be kept on the shelf

Material : Polypropylene copolymer with surface resistivity of less than 104 ohm cm and working temperature range of 100-120 deg C

(o) Color/ Shade options available To be listed by the bidder in the T- Bid

(p) Weight of Each Assembled Unit To be detailed by the bidder in its T- Bid

10. Cart table/ 02 Nos.

Fig ref Appendix - K

(a) Description (i) Workbench with multipurpose Back panel, Shelf and 2 drawer cabinet (ii) Each table top to be

Page 54: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

54

supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions Size (L x B x H): 1500 X 800 X 850 mm

(c) Table Top Load capacity (UDL) 1000 kgs and above/ UDL

(d) Back perforated Panels (Qty in nos/ Dimensions)

01 nos; of dimension 1450 x 300 mm (Indicative)

(e) Dual Slot Uprights (Qty: Nos) 02

(f) Height of Dual Slot Uprights (Indicative)

630 mm

(g) Number of adjustable shelves to be mounted on the dual slot uprights

01

(h) Load capacity of shelf , Kg (UDL)

500 kg (UDL)

(i) Dimensions of adjustable shelves (Indicative)

1440 x 420 mm

(j) Cabinet Dimensions (Indicative) Desk with Two drawers – Size (W x D x H): 565 X 725 X 300 mm

(k) Drawer Combination 2 x 100 mm

(l) Load capacity of drawer 100 kgs/ UDL

(m) Material/ Fabrication (i) Work bench with two pair of legs and multiplex worktop of thickness 50 mm and includes various layers of beech wood planed, glued and pressed together. (ii) A Multipurpose back perforated panel must be supplied with the workbench. (iii) It must comprise of the following components – Dual slot uprights of height 632 mm and one adjustable wooden, plastic faced shelf.

(n) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition.

Page 55: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

55

(ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

(o) Table top finish All work tables should have a polished wood finish with matching edge lip beadings

(p) Edge finish Table top edges should be finished with rounded Bead lipping, finished and color matched with the table top color. The bead lipping should be sturdy the meet the shop floor use.

(q) Supply of ESD safe Plastic containers/ bins to be kept on the shelf

Material : Polypropylene copolymer with surface resistivity of less than 104 ohm cm and working temperature range of 100-120 deg C

(r) Color/ Shade options available To be listed by the bidder in the T- Bid

(s) Weight of Each Assembled Unit To be detailed by the bidder in its T- Bid

11. Antistatic Table/ 03 Nos.

Fig ref Appendix - L

(a) Description (i) Antistatic Work Stations with Single Work table top and a Shelf (ii) Each table top to be additionally supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions Size (L x B x H): 1550 X 820 X 1285 mm

(c) Table Top Load capacity (UDL) 1000 kgs and above/ UDL

(d) Back perforated Panels (Dimensions)

1450(length) x 340 mm(height) (Indicative)

(e) Dual Slot Uprights (Qty: Nos) 02

(f) Shelf Upstand dimensions (Indicative)

1450 x 320 mm

(g) Load Capacity of shelf (UDL) 500 kg

(h) Material/ Fabrication Each Workstation should

Page 56: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

56

be made of the following components:- (i) Single side base frame formed by 2 roll formed uprights, foot channels and reinforced by 2 bracing channels of suitable Load capacity. (ii) The uprights, foot channels and the central locking panel on which work surface shall be mounted should be galvanized to 60 microns thickness. (iii) All frame components should be conductive with a resistivity of 104 Ohm cm or less. (iv) The table worktop should be made from wood with Formica laminates forming dissipative coating giving lifelong warranty. (v) It should be mounted on galvanized extensible supports that are conductive and fixed to the frame by bolt free arrangement. (vi) The worktop should be adjustable in height from 800 to 900 mm (indicative). (vii) All attachment except floor bolting should be boltless and clip-on. (viii) Electrical resistivity should be less than equal to 108 ohm cm and fire class should be M1 to M3.

Page 57: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

57

(ix) The worktop must be equipped with 2 perforated panel fixed on dual slot support columns. (x) The support columns must also consist of height adjustable tilting shelf in 1 position with front and side upstand

(i) Paint/ protective coat requirements

(i) The raw material used in production of the unit provided should undergo 7 steps Anti Rust and Anti-Corrosion treatment with special hot oil treatment to safeguard against saline and humid condition. (ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with Epoxy Polyester blending.

(j) Color/ Shade options available To be listed by the bidder in the T- Bid

(k) Weight of Each Assembled Unit To be detailed by the bidder in its T- Bid

12. Metal Equipment Table / 09 Nos.

Fig ref Appendix – M

(a) Description (i) Workbench with 2 drawers Cabinet. (ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions Size (L x B x H): 1500 X 800 X 850 mm

(c) Table Top Load capacity (UDL) 1000 kgs and above/ UDL

(d) Cabinet Dimensions (Indicative) Desk with Two drawers – Size (W x D x H): 565 X 725 X 300 mm

(e) Drawer Combination 2 x 100 mm

Page 58: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

58

(f) Material/ fabrication (i) Multiplex worktop with thickness of 50 mm and includes various layers of beech wood planed, glued and pressed together. (ii) Each table top to be fitted with an electro-galvanized steel cover with oil proof rubber coating of thickness between 1.2 and 1.5 mm. (iii) The cabinet should be made from cold rolled steel sheet with thickness 1 and 2 mm.

(g) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition. (ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

(h) Other Features

(i) Drawer handles Drawer provisioned with high quality handles

(ii) Locking facility Locking Facility for Drawer

(iii) Color/ Shade options available To be listed by the bidder in the T- Bid

(iv) Drawer Load capacity 100 kg and above / UDL

(v) Anti Tilt Mechanism The Cabinet will be fitted with anti-tilt mechanism to prevent accidental toppling.

(vi) Table top finish All work tables should have a polished wood finish with matching edge lip beadings

(vii) Edge finish Table top edges should be finished with rounded

Page 59: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

59

Bead lipping, finished and color matched with the table top color. The bead lipping should be sturdy the meet the shop floor use.

(viii) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

13. Table with grating in Top and Lower Exhaust for removal of paint coats / 01 No

Fig ref Appendix – N

(a) Description (i) Antistatic Work Stations with Single Work table top and a Shelf (ii) Each table top to be additionally supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions Size (L x B x H): 1550 X 820 X 1285 mm

(c) Table Top Load capacity (UDL) 1000 kgs and above/ UDL

(d) Back perforated Panels (Dimensions)

1450(length) x 340 mm(height) (Indicative)

(e) Dual Slot Uprights (Qty: Nos) 02

(f) Shelf Upstand dimensions (Indicative)

1450 x 320 mm

(g) Load Capacity of shelf (UDL) 500 kg

(h) Material/ Fabrication Each Workstation should be made of the following components:- (i) Single sided base frame formed by 2 roll formed uprights, foot channels and reinforced by 2 bracing channels of suitable Load capacity. (ii) The uprights, foot channels and the central locking panel on which work surface shall be mounted should be galvanized to 60 microns thickness.

Page 60: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

60

(iii) All frame components should be conductive with a resistivity of 104 Ohm cm or less. (iv) The table worktop should be made from wood with Formica laminates forming dissipative coating giving lifelong warranty. (v) It should be mounted on galvanized extensible supports that are conductive and fixed to the frame by bolt free arrangement. (vi) The worktop should be adjustable in height from 800 to 900 mm (indicative). (vii) All attachment except floor bolting should be boltless and clip-on. (viii) Electrical resistivity should be less than equal to 108 ohm cm and fire class should be M1 to M3. (ix) The worktop must be equipped with 2 perforated panel fixed on dual slot support columns. (x) The support columns must also consist of height adjustable tilting shelf in 1 position with front and side upstand

(i) Paint/ protective coat requirements

(i) The raw material used in production of the unit provided should undergo 7 steps Anti Rust and Anti-Corrosion treatment

Page 61: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

61

with special hot oil treatment to safeguard against saline and humid condition. (ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with Epoxy Polyester blending.

(j) Color/ Shade options available To be listed by the bidder in the T- Bid

(k) Weight of Each Assembled Unit To be detailed by the bidder in its T- Bid

14. Table for Painting and filling / 01 No.

Fig ref Appendix – O

(a) Description (i) Workbench with Back panel and Shelf (ii) Each table top to be additionally supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions Size (L x B x H): 1500 X 800 X 850 mm

(c) Table Top Load capacity (UDL) 1000 kgs and above/ UDL

(d) Back perforated Panels (Qty in nos/ Dimensions)

01 nos; of dimension 1450 x 300 mm (Indicative)

(e) Dual Slot Uprights (Qty: Nos) 02

(f) Height of Dual Slot Uprights (Indicative)

630 mm

(g) Number of adjustable shelves to be mounted on the dual slot uprights

01

(h) Load capacity of shelf , Kg (UDL)

500 kg (UDL)

(i) Dimensions of adjustable shelves (Indicative)

1440 x 420 mm

(j) Material/ Fabrication (i) Work bench multiplex worktop of thickness 50mm and includes various layers of beech wood planed, glued and pressed together.

Page 62: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

62

(ii) A Multipurpose back perforated panel must be supplied with the workbench. (iii) It must comprise of the following components – Dual slot uprights of height 632 mm and one adjustable shelf.

(k) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition. (ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

(l) Table top finish All work tables should have a polished wood finish with matching edge lip beadings

(m) Edge finish Table top edges should be finished with rounded Bead lipping, finished and color matched with the table top color. The bead lipping should be sturdy the meet the shop floor use.

(n) Supply of ESD safe Plastic containers/ bins to be kept on the shelf

Material : Polypropylene copolymer with surface resistivity of less than 104 ohm cm and working temperature range of 100-120 deg C

(o) Color/ Shade options available To be listed by the bidder in the T- Bid

(p) Weight of Each Assembled Unit To be detailed by the bidder in its T- Bid

15. Double Wash Table / 01 No.

Fig ref Appendix – P

(a) Description (i) Workbench with 2 drawers Cabinet.

Page 63: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

63

(ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions Size (L x B x H): 1500 X 800 X 850 mm

(c) Table Top Load capacity (UDL) 1000 kgs and above/ UDL

(d) Cabinet Dimensions (Indicative) Desk with Two drawers – Size (W x D x H): 565 X 725 X 300 mm

(e) Drawer Combination 2 x 100 mm

(f) Material/ fabrication (i) Multiplex worktop with thickness of 50 mm and includes various layers of beech wood planed, glued and pressed together. (ii) Each table top to be fitted with an electro-galvanized steel cover with oil proof rubber coating of thickness between 1.2 and 1.5 mm. (iii) The cabinet should be made from cold rolled steel sheet with thickness 1 and 2 mm.

(g) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition. (ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

(h) Other Features

(i) Drawer handles Drawer provisioned with high quality handles

(ii) Locking facility Locking Facility for Drawer

Page 64: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

64

(iii) Color/ Shade options available To be listed by the bidder in the T- Bid

(iv) Drawer Load capacity 100 kg and above / UDL

(v) Anti Tilt Mechanism The Cabinet will be fitted with anti-tilt mechanism to prevent accidental toppling.

(vi) Table top finish All work tables should have a polished wood finish with matching edge lip beadings

(vii) Edge finish Table top edges should be finished with rounded Bead lipping, finished and color matched with the table top color. The bead lipping should be sturdy the meet the shop floor use.

(vii) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

16. Long Span Rack (Multi Flex Shelving)/ 30 Nos

Fig ref Appendix - Q

(a) Description Long Span – Multi shelving Racks with Min of 05 Levels

(b) Overall Dimensions Size (H x W x D): 2200 x 900 x 600 mm

(c) Material/ Fabrication

(i) The design to employ: SEMA – Code of practice for the design of High and Low Rise Static steel shelving and BS 5950 (V) :1998- Code of practice for design of cold formed thin gauges sections (ii) Boltless superstructure that uses NO bolts for assembly of panels , panel stiffeners, back tie, fixed dividers (iii) Fasteners are used in understructure assembly and cladding assembly (iv) Fasteners used are of grade 8.8. These are with

Page 65: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

65

galvanized finish to suit industrial atmosphere. (v) Verticals: MS CRCA minimum 2 mm Thick. However as per load requirements, if the design requires the CRCA thickness to be more than 2 mm, the same to be incorporated. The width of the frame profile (width of the upright angle): 40 mm (vi) Load bearing members of the system are made out of high strength HR steel having properties equivalent to grades specified by IS 5986:2002 / IS 2062:2006. (vii) Angle is roll formed construction made in single piece having slots at 19.05 (Indicative) mm pitch.

(d) Paint/ protective coat requirements

(i) All powder coated components to be subjected to an elaborate 4 step, Six zone anti-corrosion treatments, Viz. De-Greasing as per IS 6005:1970, rinsing, Phosphating as per IS 3618:1966 and De-mineralized water rinsing. (ii) Furthermore, the testing of paint for various physical and chemical properties as per IS 101:1964. (iii) The final product to be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

Page 66: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

66

To be able to withstand marine/ salty ambient

(e) Number of levels 05

(f) Load Capacity per level (Max)/ UDL

500 kg UDL per level

(g) Color/ Shade options available To be listed by the bidder in the T- Bid

(h) Weight of Each Assembled Unit To be detailed by the bidder in its T- Bid

17. Paper Storage Cabinet / 09 Nos.

Fig ref Appendix – R

(a) Description Cabinet with multilevel shelves (with centre support) and Sliding Door

(b) Overall Cabinet Dimensions Size (H x W x D): 1200 x 1500 x 450 mm

(a) No. of shelves 04

(b) Dimensions of shelves (Indicative)

770 (L) x 370 (D) x 35 H mm

(e) Load carrying capacity of each shelf

100 kg

(f) Load capacity of each compartment (UDL)

300 Kg

(g) Load carrying capacity of the cabinet

500 kg

(h) Material/ Fabrication (i) Made from virgin cold rolled steel of thickness 1.25 mm (ii) Each cabinet is to be fitted with 04 galvanised shelves with centre support making 06 compartments. (iii) Cabinet should be of welded construction with load bearing capacity of each compartment being 300 kgs. (iv) The cabinet is to be fixed with two sliding doors having heavy duty tamper proof spring loaded locking mechanism and with guide rails. (v) Each shelf is to be fixed to cabinet using bolt

Page 67: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

67

free mechanism with adjustable height.

(i) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition. (ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

(j) Color/ Shade options available To be listed by the bidder in the T- Bid

(k) Weight of Each Assembled Unit To be detailed by the bidder in its T- Bid

18. Metal Tools and Instrument Cabinet / 07 Nos.

Fig ref Appendix – S

(a) Description Cabinet with multilevel shelves (with centre support) and Sliding Door

(b) Overall Cabinet Dimensions Size (H x W x D): 1200 x 2050 x 450 mm

(c) No. of shelves 04

(d) Dimensions of shelves (Indicative)

1000 (L) x 370 (D) x 35 H mm

(e) Load carrying capacity of each shelf

100 kg

(f) Load capacity of each compartment (UDL)

300 Kg

(g) Load carrying capacity of the cabinet

500 kg

(h) Material/ Fabrication (i) Made from virgin cold rolled steel of thickness 1.25 mm (ii) Each cabinet is to be fitted with 04 galvanised shelves with centre support making 06 compartments. (iii) Cabinet should be of welded construction with

Page 68: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

68

load bearing capacity of each compartment being 300 kgs. (iv) The cabinet is to be fixed with two sliding doors having heavy duty tamper proof spring loaded locking mechanism and with guide rails. (v) Each shelf is to be fixed to cabinet using bolt free mechanism with adjustable height.

(i) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition. (ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

(j) Color/ Shade options available To be listed by the bidder in the T- Bid

(k) Weight of Each Assembled Unit To be detailed by the bidder in its T- Bid

19. Antistatic Cabinet (Qty Reqd: 04 Set)

Fig Ref. Appendix – T

(a) Description Multi Shelf Anti Static Cabinets with ESD Safe Bins

(b) Dimensions of Shelving Unit (H x W x D) in mm

(H x W x D): 1875 x 900 x 400 mm

(c) No of Shelves, Nos. 10 (d) Panda Shelf Bins (PSBs) (i) 05 shelves to be

mounted with three PSBs each of size (L x W x H) : 415 x 300 x 135 mm (in all 15 such bins). No. of dividers in each Bins: 02 (ii) Remaining 05 shelves

Page 69: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

69

mounted with 06 PSBs each of size (L x W x H) : 415 x 150 x 110 mm ( in all 30 such bins). No. of dividers in each bin: 02

(a) Material of PSBs Made form Polypropylene Copolymer

(b) Paint coating To be provisioned with anti static epoxy paint coating coated to an average of 60-80 micron thickness with epoxy polyester blending. The complete shelving system should be ESD safe

(c) Load capacity of each cabinet Appx. 600 Kg (d) Load capacity per shelf (UDL) 60 Kg (e) Weight of Each Assembled Unit To be detailed by the

bidder in its T- Bid

20. Cantilever rack/ 04 Nos.

Fig ref Appendix - U

(a) Description Single sided Cantilever Racks

(b) Overall Dimensions Size (L x B x H): 5000 X 1500 X 2000 mm

(c) No. of levels 04

(d) Load capacity per level (Max, UDL)

700 kg

(e) Protective paint coating Suitable to withstand corrosive marine environment. Should be applied with adequate of primer prior final finish coats of paints coated to an average of 60-80 micron thickness with epoxy polyester blending. Details to be given in the T- Bid

(f) Color/ Shade options available To be listed by the bidder in the T- Bid

(g) Weight of Each Assembled Unit To be detailed by the bidder in its T- Bid

Page 70: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

70

APPENDIX – C

(Refers to Para 2 / Part II of the RFP & Appendix B)

Item Sl 1. of Appendix B: Cutting Bench (Qty. reqd. :- 02 ) [2000 x 800 x 850 mm]

APPENDIX – D

(Refers to Para 2 / Part II of the RFP & Appendix B)

Item Sl 2. of Appendix B: Metal fitters one plate bench (Qty. reqd. :- 03)

[1500 x 800 x 850 mm]

APPENDIX – E

(Refers to Para 2 / Part II of the RFP & Appendix B)

Item Sl 3. of Appendix B: BENCH (Qty. reqd.:- 03) [2000 x 800 x 850 mm]

Page 71: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

71

APPENDIX – F

(Refers to Para 2 / Part II of the RFP& Appendix B)

Item Sl 5. of Appendix B: Wooden Laboratory table (Qty. reqd. :- 01 )

[2000 x 800 x 850/1480 mm]

APPENDIX – G

(Refers to Para 2 / Part II of the RFP& Appendix B)

Item Sl 7. of Appendix B: Work table (Qty. reqd. :- 36 ) [2000 x 800 x 850/1480 mm]

APPENDIX – H

(Refers to Para 2 / Part II of the RFP& Appendix B)

Item Sl 8. of Appendix B: Table for Desk type equipment (Qty. reqd. :- 03 Nos )

[1500 x 800 x 850 mm]

Page 72: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

72

APPENDIX – I

(Refers to Para 2 / Part II of the RFP& Appendix B)

Item Sl 9. Wooden Radio Electronic Table (Qty. reqd. :- 02 ) [1500 x 800 x 850 mm]

APPENDIX – J

(Refers to Para 2 / Part II of the RFP& Appendix B)

Item Sl 10. Methodologist Workplace (Qty. reqd. :- 20 ) [1500 x 800 x 850 mm]

___________________________________________________________________________

APPENDIX – K

(Refers to Para 2 / Part II of the RFP& Appendix B)

Item Sl 11. Three Storeyed Cart table (Qty. reqd. :- 02) [1500 x 800 x 850 mm]

Page 73: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

73

APPENDIX – L

(Refers to Para 2 / Part II of the RFP& Appendix B)

Item Sl 12. Antistatic Table (Qty. reqd. :- 03) [1550 x 820 x 1285 mm]

APPENDIX – M

(Refers to Para 2 / Part II of the RFP& Appendix B)

Item Sl 13. Metal Equipment Table (Qty. reqd. :- 09) [1500 x 800 x 850 mm]

APPENDIX – N

(Refers to Para 2 / Part II of the RFP& Appendix B)

Item Sl 14. Table with grating in top & lower exhaust for removal of paint coats

(Qty. reqd. :- 01) [1550 x 820 x 1285 mm]

Page 74: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

74

APPENDIX – O

(Refers to Para 2 / Part II of the RFP& Appendix B)

Item Sl 15. Table for Painting & Filling (Qty. reqd. :- 01) [ 1500 x 800 x 840 mm]

APPENDIX – P

(Refers to Para 2 / Part II of the RFP& Appendix B)

Item Sl 16. Double Wash Table (Qty. reqd. :- 01) [1500 x 800 x 850 mm]

APPENDIX – Q

(Refers to Para 2 / Part II of the RFP& Appendix B)

Item Sl 4. of Appendix B: LONG SPAN RACK [Multi Flex Shelving] (Qty. reqd. :- 30 )

[900 x 600 x 2200 mm ]

Page 75: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

75

APPENDIX – R

(Refers to Para 2 / Part II of the RFP & Appendix B)

Item Sl 17. Paper Storage Cabinate (Qty. reqd. :- 09) [1500 x 450 x 1200 mm]

APPENDIX – S

(Refers to Para 2 / Part II of the RFP & Appendix B)

Item Sl 18. Metal Tools & Instrument Cabinet (Qty. reqd. :- 07) [2050 x 450 x 1200 mm]

APPENDIX – T

(Refers to Para 2 / Part II of the RFP & Appendix B)

Item Sl 19. Antistatic Cabinets (Qty. reqd. :- 04)

Page 76: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

76

APPENDIX – U

(Refers to Para 2 / Part II of the RFP& Appendix B)

Item Sl 20. Cantilever rack (Qty. reqd. :- 04)

___________________________________________________________________

Page 77: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

77

APPENDIX ‘W’ [Refers to para 16/ Part II of the RFP]

SECURITY REQUIREMENTS – NSRY/ KARWAR

1. Security Orders. All orders regarding security of personnel, material or information issued by the Naval Authorities/Security Officer of the base or orders amended from time to time are to be adhered to by Contractor, its employees, and Sub-contractors. 2. The following security requirements are to be met by Contractors/Sub-contractors/personnel hired/employed by Contractors to work at NSRY (Karwar).

(a) Entry & Exit Gate. The workers/staff of Contractors/Sub-contractors or their representatives will have to enter and leave from NSRY (Karwar)Gate or designated gates in accordance with Naval Base Security instructions as revised from time to time.

(b) Security Officer. Contractor will be required to nominate 01 Security Liaison Supervisor for the duration of the work. This person is to liaise with NSRY (Karwar) for issue of Gate Passes and ensure that all the personnel are transported from earmarked gate to the work site and back, in groups and the personnel are not to visit any other areas of the base unless specifically permitted by NSRY (Karwar) Security Officer. All escorts should be permanent employees of Contractor.

(c) Transport/Vehicle. If large group of personnel (more than 20) are present, they will be required to be taken to site in mini bus so that all the personnel are transported in groups and that there is no unescorted movement of individuals within the NSRY (Karwar). Passes are to be sought from NSRY (Karwar), Security Officer for the vehicle drivers, conductor and vehicle. All personnel are to be in possession of the passes issued by Security Office NSRY (Karwar) at all times.

(d) Police Verification. All personnel of Contractors/ Sub-contractors/ hired personnel, drivers, conductors etc associated with work are to apply for security pass of the base along with police verification of antecedents.

(e) Identity Card/Pass. All Contractors’ staff/Sub-contractors hired personnel are required to be in possession of security passes for entrance in NSRY (Karwar). The same will be issued by NSRY (Karwar)Security Office, on submission of two copies of duly filled forms, police verification and 03 passport size photographs (The passport size photographs should be coloured with blue background). The security staff will examine the passes at the time of entry or exit from the gate and also at any time inside the NSRY(Karwar).

(f) Personal / Material Search. Contractors/Sub-contractors, their representatives, workers and vehicles are liable to be searched at the entry/exit NSRY (Karwar) gates. The material In and Out movement is to be strictly accompanied by Material Gate Pass, duly recommended by the NSRY (Karwar) authorities.

Page 78: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

78

(g) Foreign Nationals. Contractor is to ensure that no foreign nationals are employed by them, or their sub-contractors. If essential, formal security clearance is to be sought from IHQ MOD (N) for visit by foreign nationals as per existing procedure. Firm is to apply one month in advance of such visits with requisite details to ensure timely approvals.

(h) Working hours. All personnel will be required to follow working hours of 0900 hrs to 1700 hrs (Monday to Friday) or as promulgated by Naval Authorities from time to time for execution of their work. Duly filled application will be required to be submitted to NSRY (Karwar), Security Officer for approval to work during off working hours/holidays at least 48 hrs in advance. All such workers/employees are to leave the NSRY (Karwar) within the stipulated time.

(j) Damage to existing works/Govt Property. Any damage to the existing structures/government property during execution of their work or otherwise attributable to Contractor or their sub-contractors or vendors shall be made good on priority within time frame acceptable to the User. In the event of his failure to do so, matter shall be referred to the O i/C,NSRY (Karwar)whose decision shall be final and binding.

(k) Assistance of serving yard personnel. Contractors shall not employ any serving yard personnel or take their assistance either directly or indirectly. He will also not make use of any facilities/workshops/equipments of the Yard/Ships unless prior approval/sanction for the same has been accorded by competent Naval Authority.

(l) Security of site office (Porta Cabins/Mobile Toilets) etc,. If necessary Contractor may keep Porta Cabins, Mobile Toilets etc for day-to-day functioning / safe custody of tools &equipments. Prior permission of Security Officer / is necessary for this. These are however to be open for search and security checks by security staff of the NSRY (Karwar).

(m) Secrecy and Photography. All personnel of Contractor and their Sub-contractors personnel are to be informed to observe provisions of Official Secrets Act. No photography/videography or any type of device will be permitted without prior and specific approval of Naval Authority.

(n) Cell Phones. No personnel/employees will be allowed to carry mobiles inside the Naval Base. Mobile phones/laptops without camera and Internet access can be allowed for key personnel on specific approval of Naval Authorities as per laid down procedures & orders. The list of key personnel permitted to carry mobile phones is to be made available at the Main entry/exit gate. This list is to be updated weekly and to be submitted to Security Office of NSRY (Karwar) by following Monday.

(p) Carrying of CDs/Floppies/Pen Drives. Carrying of any such external memory devices in/out of the Naval Base is strictly forbidden.

Page 79: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

79

(q) Security Passes. All passes will be scrutinized by NSRY (Karwar) Security Officer and final authority for issue of such passes will be the Security Officer.

(r) Parking of Vehicles. Parking of all vehicles being used/hired by firm / its Contractors/Sub-contractors will be as per are as earmarked by Security Officer NSRY (Karwar). (s) Fire Fighting Arrangements. Main Contractor will be responsible for placing of sufficient number of portable and first aid fire fighting appliances/equipment in their area of operation/work sites & will also have sufficient trained manpower to fight fire at the initial stage. Any incident of fire is to be brought to the notice of NSRY (Karwar)staff immediately. (t) Movement of Material. All categories of material/items/stores belonging to contractors/sub-contractors are to be accompanied by Contract Copy, Delivery Challans and Bills which should be duly stamped by Security Office, NSRY (Karwar) for permission. If the Tools / Jigs / Fixtures are required to be taken back by Contractor, same should be clearly indicated and mustered. Further, all types of material/items/stores belonging of Contractors/Sub-contractors which are required to be taken out of the Naval Base due to be accompanied by a Material Gate Pass (in 3 copies), duly recommended by the concerned Manager of NSRY (Karwar)and will be permitted by the NSRY (Karwar) /his staff.

(u) Possession of Fire Arms/explosives/Contraband items. Entry of any of these articles/substances/items is strictly prohibited. Any violation in this regard will lead to disciplinary action in accordance with law of the land. (v) Observance of traffic rules & possession of valid vehicle documents. All employees of Contractors/sub-contractors will be required to strictly follow & abide by all traffic rules imposed by any Naval Authority within NSRY (Karwar).

(w) Carrying of Fire Arms/Contraband Material. Carrying of Fire Arms, explosives, inflammable material or any contraband material/substance into the Naval Base is strictly forbidden.

(x) Contact details of Security Office. For clarification / informing security related issues Chief Security Officer, NSRY (Karwar) may be contacted.

Page 80: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

80

APPENDIX ‘X’ [Refers to para 2/ Part IV of the RFP]

PERFORMANCE BANK GUARANTEE FORMAT

From: Bank _______________ To, The Director General Naval Project, Mumbai Lion Gate, Naval Dockyard Mumbai Dear Sir,

Whereas you have entered into a contract No._______ dated_________ (hereinafter referred to as the said Contract) with M/s________________, hereinafter referred to as the “seller” for supply of goods as per Part-II of the said contract to the said seller and whereas the Seller has undertaken to produce a bank guarantee for (10 %) of total Contract value amounting to _________ to secure its obligations to the President of India. We the _______________ bank hereby expressly, irrevocably and unreservedly undertake and guarantee as principal obligors on behalf of the seller that, in the event that the Director General of Naval Projects, Mumbai declares to us that the goods have not been supplied according to the Contractual obligations under the aforementioned contract, we will pay you, on demand and without demur, all and any sum up to a maximum of ____________Rupees _____________ only. Your written demand shall be conclusive evidence to us that such repayment is due under the terms of the said contract. We undertake to effect payment upon receipt of such written demand. 2. We shall not be discharged or released from this undertaking and guarantee by any arrangements, variations made between you and the Seller, indulgence to the Seller by you, or by any alterations in the obligations of the Seller or by any forbearance whether as to payment, time performance or otherwise. 3. In no case shall the amount of this guarantee be increased. 4. This guarantee shall remain valid up to 60 days beyond the date of warranty. 5. Unless a demand or claim under this guarantee is made on us in writing or on before the aforesaid expiry date as provided in the above referred contract or unless this guarantee is extended by us, all your rights under this guarantee shall be forfeited and we shall be discharged from the liabilities hereunder.

Page 81: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

81

6. This guarantee shall be a continuing guarantee and shall not be discharged by and change in the constitution of the Bank or in the constitution of M/s______________________________. Notwithstanding anything contained herein above:-

(a) Our liability under this guarantee is restricted to Rs. XXXXX/-(Rupees XXXXXXX Only) (b) This guarantee is valid up to ____________ (date). (c) We are liable to pay guarantee amount or part thereof, if and only if, we receive a written claim or demand on or before _____________ (date).

7. This Bank guarantee is being executed in favour of DGNP(MB) with

following account details:

(a) Name of Bank & Branch

State Bank of India, Mumbai Main Branch, Fort, Mumbai

(b) Account No 10996685587

(c) IFSC Code SBIN0000300

(d) MICR Code 400002010

Yours faithfully, for ____________________ Bank

Place : ____________________ (Authorised Signatory / Attorney) Date : ____________________ Seal of the Bank

Page 82: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

82

APPENDIX ‘Y ’ (Refers to Para 11(c) / Part II of the RFP)

TECHNICAL COMPLIANCE MATRIX - SHOPFLOOR/ OFFICE FURNITURE for NSRY(KARWAR)

Sl. Equipment

Description Make and Model Offered by the potential bidder

Required Technical parameter/ aspect

Specified Value/ Range/ detail of the Tech Parameter

Compliance with the Stipulated Tech parameters (Give the respective parameter values of the quoted Make and Model) (Caution:- Do not merely write complies with/ as per RFP)

Any deviations (YES/ NO)

Amplify the deviations

GROUP I EQUIPMENT

1. Cutting Bench/ 02 Nos.

Make: Model:

Fig Ref Appendix – C

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model

(a) Description (i) Workbench with Two drawer cabinet.

(ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions

Size (L x B x H): 2000 X 800 X 850 mm

Page 83: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

83

(c) Table Top Load capacity (UDL)

700 kgs and above/ UDL

(d) Cabinet Dimensions (Indicative)

Desk with Two drawers – Size (W x D x H): 565 X 725 X 300 mm

(e) Drawer Combination

2 x 100 mm

(f) Material/ fabrication

(i) Multiplex worktop with thickness of 50 mm and includes various layers of beech wood planed, glued and pressed together

(ii) The cabinet should be made from cold rolled steel sheet with thickness 1 and 2 mm

(g) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition

(ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending

(h) Other Features

(i) Drawer handles Drawer provisioned with high quality handles

(ii) Locking facility Locking Facility for Drawer

(iii) Color/ Shade options available

To be listed by the bidder in the T- Bid

(iv) Drawer Load capacity

100 kg and above / UDL

Page 84: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

84

(v) Anti Tilt Mechanism

The Cabinet will be fitted with anti-tilt mechanism to prevent accidental toppling.

(vi) Table top finish All work tables should have a polished wood finish with matching edge lip beadings

(vii) Edge finish Table top edges should be finished with rounded Bead lipping, finished and color matched with the table top color. The bead lipping should be sturdy the meet the shop floor use.

(viii) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

2. Metal Fitter’s one plate bench/ 03 Nos.

Fig Ref Appendix - D

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

(a) Description (i) Workbench with Two drawer cabinet.

(ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions

Size (L x B x H): 1500 X 800 X 850 mm

(c) Table Top Load capacity (UDL)

1000 kgs and above/ UDL

Page 85: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

85

(d) Cabinet Dimensions (Indicative)

Desk with Two drawers – Size (W x D x H): 565 X 725 X 300 mm

(e) Drawer Combination

2 x 100 mm

(f) Material/ fabrication

(i) Multiplex worktop with thickness of 50 mm and includes various layers of beech wood planed, glued and pressed together.

(ii) Each table top to be fitted with an electro-galvanized steel cover with oil proof rubber coating of thickness between 1.2 and 1.5 mm.

(iii) The cabinet should be made from cold rolled steel sheet with thickness 1 and 2 mm.

(g) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition.

(ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

(h) Other Features

(i) Drawer handles Drawer provisioned with high quality handles

Page 86: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

86

(ii) Locking facility Locking Facility for Drawer

(iii) Color/ Shade options available

To be listed by the bidder in the T- Bid

(iv) Drawer Load capacity

100 kg and above / UDL

(v) Anti Tilt Mechanism

The Cabinet will be fitted with anti-tilt mechanism to prevent accidental toppling.

(vi) Table top finish All work tables should have a polished wood finish with matching edge lip beadings

(vii) Edge finish Table top edges should be finished with rounded Bead lipping, finished and color matched with the table top color. The bead lipping should be sturdy the meet the shop floor use.

(viii) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

3. Bench/ 03 Nos.

Fig ref Appendix - E

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

(a) Description (i) Work bench with 02 Drawer Cabinet

(ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

Page 87: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

87

(b) Overall Dimensions

Size (L x B x H): 1500 X 800 X 850 mm

(c) Table Top Load capacity (UDL)

1000 kgs and above/ UDL

(d) Cabinet Dimensions (Indicative)

Desk with Two drawers – Size (W x D x H): 565 X 725 X 300 mm

(e) Drawer Combination

2 x 100 mm

(f) Material/ Fabrication

(i) Multiplex worktop with thickness of 50 mm and includes various layers of beech wood planed, glued and pressed together

(ii) The top must be fitted with an electro-galvanized steel cover with oil proof rubber coating of thickness 1 and 1.5 mm with L-shaped profile at the long edges.

(iii) The Cabinet to be made from cold rolled steel sheet with thickness 1 and 2mm.

(g) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition.

(ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

Page 88: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

88

(h) Other Features

(i) Drawer handles Drawer provisioned with high quality handles

(ii) Locking facility Locking Facility for Drawer

(iii) Color/ Shade options available

To be listed by the bidder in the T- Bid

(iv) Drawer Load capacity

100 kg and above / UDL

(v) Anti Tilt Mechanism

The Cabinet will be fitted with anti-tilt mechanism to prevent accidental toppling.

(vi) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

4. Wooden Laboratory table/ 01 No

Fig ref Appendix F

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

(a) Description (i) Workbench with Multipurpose back panel

(ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions

Size (L x B x H): 2000 X 800 X 850/1480 mm

Page 89: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

89

(c) Table Top Load capacity (UDL)

1000 kgs and above/ UDL

(d) Back perforated Panels (Qty in nos/ Dimensions)

02 nos; each of dimension 900 x 300 mm (Indicative)

(e) Dual Slot Uprights (Qty: Nos)

03

(f) Height of Dual Slot Uprights (Indicative)

630 mm

(g) Number of shelves to be mounted on the dual slot uprights

02

(h) Dimensions of shelves (Indicative)

950 x 320 mm

(i) Material/ Fabrication

(i) Work bench with two pair of legs and multiplex worktop of thickness 50mm and includes various layers of beech wood planed, glued and pressed together.

(ii) A Multipurpose back perforated panel must be supplied with the workbench.

(iii) It must comprise of the following components – Dual slot uprights of height 632 mm and two shelves.

(j) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition.

Page 90: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

90

(ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

(k) Color/ Shade options available

To be listed by the bidder in the T- Bid

(l) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

5. Computer Table/ 03 Nos

Fig ref - NIL (- to be customized as per description below)

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

(a) Description Computer Table with Armed Cushion Chair

(b) Overall Dimensions (Indicative)

Size (L x B x H): 1000 X 800 X 800 mm

(c) Material/ Fabrication

(i) Solid Plywood (minimum 18 mm) (ii) Slotted dedicated spaces for CPU, Printer, UPS

(d) Paint/ protective coat requirements

(i) Water Proof/ IS compliant

(ii) Anti-Termite and Anti-Pest properties/ IS compliant.

Page 91: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

91

(iii) All Surface Mica Finished.

(e) Computer Chair with arms (of reputed make only)

Cushioned , ergonomic with adjustable back rest, height and arm rests; wheels

(f) Color/ Shade options available

To be listed by the bidder in the T- Bid

(g) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

6. Work Table/ 36 Nos

Fig ref Appendix - G

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

(a) Description (i) Workbench with Multipurpose back panel

(ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions

Size (L x B x H): 2000 X 800 X 850/1480 mm

(c) Table Top Load capacity (UDL)

1000 kgs and above/ UDL

(d) Back perforated Panels (Qty in nos/ Dimensions)

02 nos; each of dimension 900 x 300 mm (Indicative)

(e) Dual Slot Uprights (Qty: Nos)

03

Page 92: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

92

(f) Height of Dual Slot Uprights (Indicative)

630 mm

(g) Number of shelves to be mounted on the dual slot uprights

02

(h) Dimensions of shelves (Indicative)

950 x 320 mm

(i) Material/ Fabrication

(i) Work bench with two pair of legs and multiplex worktop of thickness 50mm and includes various layers of beech wood planed, glued and pressed together.

(ii) A Multipurpose back perforated panel must be supplied with the workbench.

(iii) It must comprise of the following components – Dual slot uprights of height 632 mm and two shelves

(j) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition.

(ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

(k) Color/ Shade options available

To be listed by the bidder in the T- Bid

Page 93: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

93

(l) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

7. Table for Desk Type Equipment/ 03 nos

Fig ref Appendix - H

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

(a) Description (i) Workbench with 2 drawers Cabinet.

(ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions

Size (L x B x H): 1500 X 800 X 850 mm

(c) Table Top Load capacity (UDL)

1000 kgs and above/ UDL

(d) Cabinet Dimensions (Indicative)

Desk with Two drawers – Size (W x D x H): 565 X 725 X 300 mm

(e) Drawer Combination

2 x 100 mm

(f) Material/ fabrication

(i) Multiplex worktop with thickness of 50 mm and includes various layers of beech wood planed, glued and pressed together.

Page 94: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

94

(ii) Each table top to be fitted with an electro-galvanized steel cover with oil proof rubber coating of thickness between 1.2 and 1.5 mm.

(iii) The cabinet should be made from cold rolled steel sheet with thickness 1 and 2 mm.

(g) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition.

(ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending

(h) Other Features

(i) Drawer handles Drawer provisioned with high quality handles

(ii) Locking facility Locking Facility for Drawer

(iii) Color/ Shade options available

To be listed by the bidder in the T- Bid

(iv) Drawer Load capacity

100 kg and above / UDL

(v) Anti Tilt Mechanism

The Cabinet will be fitted with anti-tilt mechanism to prevent accidental toppling.

Page 95: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

95

(vi) Table top finish All work tables should have a polished wood finish with matching edge lip beadings

(vii) Edge finish Table top edges should be finished with rounded Bead lipping, finished and color matched with the table top color. The bead lipping should be sturdy the meet the shop floor use.

(viii) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

8. Wooden Radio Electronic Table/ 02 Nos

Fig ref Appendix- I

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

(a) Description (i) Workbench with 2 drawers Cabinet.

(ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions

Size (L x B x H): 1500 X 800 X 850 mm

(c) Table Top Load capacity (UDL)

1000 kgs and above/ UDL

(d) Cabinet Dimensions (Indicative)

Desk with Two drawers – Size (W x D x H): 565 X 725 X 300 mm

Page 96: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

96

(e) Drawer Combination

2 x 100 mm

(f) Material/ fabrication

(i) Multiplex worktop with thickness of 50 mm and includes various layers of beech wood planed, glued and pressed together.

(ii) Each table top to be fitted with an electro-galvanized steel cover with oil proof rubber coating of thickness between 1.2 and 1.5 mm.

(iii) The cabinet should be made from cold rolled steel sheet with thickness 1 and 2 mm.

(g) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition.

(ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

(h) Other Features

(i) Drawer handles Drawer provisioned with high quality handles

(ii) Locking facility Locking Facility for Drawer

(iii) Color/ Shade options available

To be listed by the bidder in the T- Bid

Page 97: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

97

(iv) Drawer Load capacity

100 kg and above / UDL

(v) Anti Tilt Mechanism

The Cabinet will be fitted with anti-tilt mechanism to prevent accidental toppling.

(vi) Table top finish All work tables should have a polished wood finish with matching edge lip beadings

(vii) Edge finish Table top edges should be finished with rounded Bead lipping, finished and color matched with the table top color. The bead lipping should be sturdy the meet the shop floor use.

(viii) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

9. Methodologist Workplace/ 20 Nos

Fig ref Appendix- J

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

(a) Description (i) Workbench with Back panel and Shelf

(ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions

Size (L x B x H): 1500 X 800 X 850 mm

Page 98: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

98

(c) Table Top Load capacity (UDL)

1000 kgs and above/ UDL

(d) Back perforated Panels (Qty in nos/ Dimensions)

01 nos; of dimension 1450 x 300 mm (Indicative)

(e) Dual Slot Uprights (Qty: Nos)

02

(f) Height of Dual Slot Uprights (Indicative)

630 mm

(g) Number of adjustable shelves to be mounted on the dual slot uprights

01

(h) Load capacity of shelf , Kg (UDL)

500 kg (UDL)

(i) Dimensions of adjustable shelves (Indicative)

1440 x 420 mm

(j) Material/ Fabrication

(i) Work bench with multiplex worktop of thickness 50mm and includes various layers of beech wood planed, glued and pressed together.

(ii) A Multipurpose back perforated panel must be supplied with the workbench.

(iii) It must comprise of the following components – Dual slot uprights of height 632 mm and one adjustable shelf.

Page 99: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

99

(k) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition.

(ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

(l) Table top finish All work tables should have a polished wood finish with matching edge lip beadings

(m) Edge finish Table top edges should be finished with rounded Bead lipping, finished and color matched with the table top color. The bead lipping should be sturdy the meet the shop floor use.

(n) Supply of ESD safe Plastic containers/ bins to be kept on the shelf

Material : Polypropylene copolymer with surface resistivity of less than 104 ohm cm and working temperature range of 100-120 deg C

(o) Color/ Shade options available

To be listed by the bidder in the T- Bid

(viii) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

10. Cart table/ 02 Nos.

Fig ref Appendix – K

Page 100: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

100

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

(a) Description (i) Workbench with multipurpose Back panel, Shelf and 2 drawer cabinet

(ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions

Size (L x B x H): 1500 X 800 X 850 mm

(c) Table Top Load capacity (UDL)

1000 kgs and above/ UDL

(d) Back perforated Panels (Qty in nos/ Dimensions)

01 nos; of dimension 1450 x 300 mm (Indicative)

(e) Dual Slot Uprights (Qty: Nos)

02

(f) Height of Dual Slot Uprights (Indicative)

630 mm

(g) Number of adjustable shelves to be mounted on the dual slot uprights

01

(h) Load capacity of shelf , Kg (UDL)

500 kg (UDL)

(i) Dimensions of adjustable shelves (Indicative)

1440 x 420 mm

Page 101: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

101

(j) Cabinet Dimensions (Indicative)

Desk with Two drawers – Size (W x D x H): 565 X 725 X 300 mm

(k) Drawer Combination

2 x 100 mm

(l) Load capacity of drawer

100 kgs/ UDL

(m) Material/ Fabrication

(i) Work bench with two pair of legs and multiplex worktop of thickness 50 mm and includes various layers of beech wood planed, glued and pressed together.

(ii) A Multipurpose back perforated panel must be supplied with the workbench.

(iii) It must comprise of the following components – Dual slot uprights of height 632 mm and one adjustable wooden, plastic faced shelf.

(n) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition.

(ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

Page 102: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

102

(o) Table top finish All work tables should have a polished wood finish with matching edge lip beadings

(p) Edge finish Table top edges should be finished with rounded Bead lipping, finished and color matched with the table top color. The bead lipping should be sturdy the meet the shop floor use.

(q) Supply of ESD safe Plastic containers/ bins to be kept on the shelf

Material : Polypropylene copolymer with surface resistivity of less than 104 ohm cm and working temperature range of 100-120 deg C

(r) Color/ Shade options available

To be listed by the bidder in the T- Bid

(s) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

11 Antistatic Table/ 03 Nos.

Fig ref Appendix – L

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

(a) Description (i) Antistatic Work Stations with Single Work table top and a Shelf

(ii) Each table top to be additionally supplied with two layered neoprene upper anti static (ESD) mats

Page 103: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

103

(b) Overall Dimensions

Size (L x B x H): 1550 X 820 X 1285 mm

(c) Table Top Load capacity (UDL)

1000 kgs and above/ UDL

(d) Back perforated Panels (Dimensions)

1450(length) x 340 mm(height) (Indicative)

(e) Dual Slot Uprights (Qty: Nos)

02

(f) Shelf Upstand dimensions (Indicative)

1450 x 320 mm

(g) Load Capacity of shelf (UDL)

500 kg

(h) Material/ Fabrication

Each Workstation should be made of the following components:-

(i) Single side base frame formed by 2 roll formed uprights, foot channels and reinforced by 2 bracing channels of suitable Load capacity.

(ii) The uprights, foot channels and the central locking panel on which work surface shall be mounted should be galvanized to 60 microns thickness.

(iii) All frame components should be conductive with a resistivity of 104 Ohm cm or less.

(iv) The table worktop should be made from wood with Formica laminates forming dissipative coating giving lifelong warranty.

Page 104: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

104

(v) It should be mounted on galvanized extensible supports that are conductive and fixed to the frame by bolt free arrangement.

(vi) The worktop should be adjustable in height from 800 to 900 mm (indicative).

(vii) All attachment except floor bolting should be boltless and clip-on.

(viii) Electrical resistivity should be less than equal to 108 ohm cm and fire class should be M1 to M3.

(ix) The worktop must be equipped with 2 perforated panel fixed on dual slot support columns.

(x) The support columns must also consist of height adjustable tilting shelf in 1 position with front and side upstand

(i) Paint/ protective coat requirements

(i) The raw material used in production of the unit provided should undergo 7 steps Anti Rust and Anti-Corrosion treatment with special hot oil treatment to safeguard against saline and humid condition.

(ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with Epoxy Polyester blending.

Page 105: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

105

(j) Color/ Shade options available

To be listed by the bidder in the T- Bid

(k) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

12 Metal Equipment Table / 09 Nos.

Fig ref Appendix – M

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

(a) Description (i) Workbench with 2 drawers Cabinet.

(ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions

Size (L x B x H): 1500 X 800 X 850 mm

(c) Table Top Load capacity (UDL)

1000 kgs and above/ UDL

(d) Cabinet Dimensions (Indicative)

Desk with Two drawers – Size (W x D x H): 565 X 725 X 300 mm

(e) Drawer Combination

2 x 100 mm

(f) Material/ fabrication

(i) Multiplex worktop with thickness of 50 mm and includes various layers of beech wood planed, glued and pressed together.

Page 106: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

106

(ii) Each table top to be fitted with an electro-galvanized steel cover with oil proof rubber coating of thickness between 1.2 and 1.5 mm.

(iii) The cabinet should be made from cold rolled steel sheet with thickness 1 and 2 mm.

(g) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition.

(ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

(h) Other Features

(i) Drawer handles Drawer provisioned with high quality handles

(ii) Locking facility Locking Facility for Drawer

(iii) Color/ Shade options available

To be listed by the bidder in the T- Bid

(iv) Drawer Load capacity

100 kg and above / UDL

(v) Anti Tilt Mechanism

The Cabinet will be fitted with anti-tilt mechanism to prevent accidental toppling.

(vi) Table top finish All work tables should have a polished wood finish with matching edge lip beadings

Page 107: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

107

(vii) Edge finish Table top edges should be finished with rounded Bead lipping, finished and color matched with the table top color. The bead lipping should be sturdy the meet the shop floor use.

(viii) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

13 Table with grating in Top and Lower Exhaust for removal of paint coats / 01 No

Fig ref Appendix – N

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

(a) Description (i) Antistatic Work Stations with Single Work table top and a Shelf

(ii) Each table top to be additionally supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions

Size (L x B x H): 1550 X 820 X 1285 mm

(c) Table Top Load capacity (UDL)

1000 kgs and above/ UDL

(d) Back perforated Panels (Dimensions)

1450(length) x 340 mm(height) (Indicative)

Page 108: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

108

(e) Dual Slot Uprights (Qty: Nos)

02

(f) Shelf Upstand dimensions (Indicative)

1450 x 320 mm

(g) Load Capacity of shelf (UDL)

500 kg

(h) Material/ Fabrication

Each Workstation should be made of the following components:-

(i) Single sided base frame formed by 2 roll formed uprights, foot channels and reinforced by 2 bracing channels of suitable Load capacity.

(ii) The uprights, foot channels and the central locking panel on which work surface shall be mounted should be galvanized to 60 microns thickness.

(iii) All frame components should be conductive with a resistivity of 104 Ohm cm or less.

(iv) The table worktop should be made from wood with Formica laminates forming dissipative coating giving lifelong warranty.

(v) It should be mounted on galvanized extensible supports that are conductive and fixed to the frame by bolt free arrangement.

Page 109: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

109

(vi) The worktop should be adjustable in height from 800 to 900 mm (indicative).

(vii) All attachment except floor bolting should be boltless and clip-on.

(viii) Electrical resistivity should be less than equal to 108 ohm cm and fire class should be M1 to M3.

(ix) The worktop must be equipped with 2 perforated panel fixed on dual slot support columns.

(x) The support columns must also consist of height adjustable tilting shelf in 1 position with front and side upstand

(i) Paint/ protective coat requirements

(i) The raw material used in production of the unit provided should undergo 7 steps Anti Rust and Anti-Corrosion treatment with special hot oil treatment to safeguard against saline and humid condition.

(ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with Epoxy Polyester blending.

(j) Color/ Shade options available

To be listed by the bidder in the T- Bid

(viii) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

Page 110: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

110

14 Table for Painting and filling / 01 No.

Fig ref Appendix – O

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

(a) Description (i) Workbench with Back panel and Shelf

(ii) Each table top to be additionally supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions

Size (L x B x H): 1500 X 800 X 850 mm

(c) Table Top Load capacity (UDL)

1000 kgs and above/ UDL

(d) Back perforated Panels (Qty in nos/ Dimensions)

01 nos; of dimension 1450 x 300 mm (Indicative)

(e) Dual Slot Uprights (Qty: Nos)

02

(f) Height of Dual Slot Uprights (Indicative)

630 mm

(g) Number of adjustable shelves to be mounted on the dual slot uprights

01

(h) Load capacity of shelf , Kg (UDL)

500 kg (UDL)

Page 111: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

111

(i) Dimensions of adjustable shelves (Indicative)

1440 x 420 mm

(j) Material/ Fabrication

(i) Work bench multiplex worktop of thickness 50 mm and includes various layers of beech wood planed, glued and pressed together.

(ii) A Multipurpose back perforated panel must be supplied with the workbench.

(iii) It must comprise of the following components – Dual slot uprights of height 632 mm and one adjustable shelf.

(k) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition.

(ii) The final product would be powder and electrophoresis coated to an average of 60 -80 micron thickness with epoxy polyester blending.

(l) Table top finish All work tables should have a polished wood finish with matching edge lip beadings

Page 112: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

112

(m) Edge finish Table top edges should be finished with rounded Bead lipping, finished and color matched with the table top color. The bead lipping should be sturdy the meet the shop floor use.

(n) Supply of ESD safe Plastic containers/ bins to be kept on the shelf

Material : Polypropylene copolymer with surface resistivity of less than 104 ohm cm and working temperature range of 100-120 deg C

(o) Color/ Shade options available

To be listed by the bidder in the T- Bid

(p) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

15 Double Wash Table / 01 No.

Fig ref Appendix – P

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

(a) Description (i) Workbench with 2 drawers Cabinet.

(ii) Each table top to be supplied with two layered neoprene upper anti static (ESD) mats

(b) Overall Dimensions

Size (L x B x H): 1500 X 800 X 850 mm

(c) Table Top Load capacity (UDL)

1000 kgs and above/ UDL

Page 113: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

113

(d) Cabinet Dimensions (Indicative)

Desk with Two drawers – Size (W x D x H): 565 X 725 X 300 mm

(e) Drawer Combination

2 x 100 mm

(f) Material/ fabrication

(i) Multiplex worktop with thickness of 50 mm and includes various layers of beech wood planed, glued and pressed together.

(ii) Each table top to be fitted with an electro-galvanized steel cover with oil proof rubber coating of thickness between 1.2 and 1.5 mm.

(iii) The cabinet should be made from cold rolled steel sheet with thickness 1 and 2 mm.

(g) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition.

(ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

(h) Other Features

(i) Drawer handles Drawer provisioned with high quality handles

(ii) Locking facility Locking Facility for Drawer

Page 114: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

114

(iii) Color/ Shade options available

To be listed by the bidder in the T- Bid

(iv) Drawer Load capacity

100 kg and above / UDL

(v) Anti Tilt Mechanism

The Cabinet will be fitted with anti-tilt mechanism to prevent accidental toppling.

(vi) Table top finish All work tables should have a polished wood finish with matching edge lip beadings

(vii) Edge finish Table top edges should be finished with rounded Bead lipping, finished and color matched with the table top color. The bead lipping should be sturdy the meet the shop floor use.

(viii) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

16 Long Span Rack (Multi Flex Shelving)/ 30 Nos

Fig ref Appendix – Q

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

(a) Description Long Span – Multi shelving Racks with Min of 05 Levels

(b) Overall Dimensions

Size (H x W x D): 2200 x 900 x 600 mm

Page 115: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

115

(c) Material/ Fabrication

(i) The design to employ: SEMA – Code of practice for the design of High and Low Rise Static steel shelving and BS 5950 (V) :1998- Code of practice for design of cold formed thin gauges sections

(ii) Boltless superstructure that uses NO bolts for assembly of panels , panel stiffeners, back tie, fixed dividers

(iii) Fasteners are used in understructure assembly and cladding assembly

(iv) Fasteners used are of grade 8.8. These are with galvanized finish to suit industrial atmosphere.

(v) Verticals: MS CRCA minimum 2 mm Thick. However as per load requirements, if the design requires the CRCA thickness to be more than 2 mm, the same to be incorporated. The width of the frame profile (width of the upright angle): 40 x 40 mm mm

(vi) Load bearing members of the system are made out of high strength HR steel having properties equivalent to grades specified by IS 5986:2002 / IS 2062:2006.

Page 116: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

116

(vii) Angle is roll formed construction made in single piece having slots at 19.05 (Indicative) mm pitch.

(d) Paint/ protective coat requirements

(i) All powder coated components to be subjected to an elaborate 4 step, Six zone anti-corrosion treatments, Viz. De-Greasing as per IS 6005:1970, rinsing, Phospating as per IS 3618:1966 and De-mineralized water rinsing.

(ii) Furthermore, the testing of paint for various physical and chemical properties as per IS 101:1964.

(iii) The final product to be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending. To be able to withstand marine/ salty ambient

(e) Number of levels 05

(f) Load Capacity per level (Max)/ UDL

500 kg UDL per level

(g) Color/ Shade options available

To be listed by the bidder in the T- Bid

(h) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

17 Paper Storage Cabinet / 09 Nos.

Fig ref Appendix – R

Page 117: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

117

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

(a) Description Cabinet with multilevel shelves (with center support) and Sliding Door

(b) Overall Cabinet Dimensions

Size (H x W x D): 1200 x 1500 x 450 mm

(e) No. of shelves 04

(f) Dimensions of shelves (Indicative)

770 (L) x 370 (D) x 35 H mm

(e) Load carrying capacity of each shelf

100 kg

(f) Load capacity of each compartment (UDL)

300 Kg

(g) Load carrying capacity of the cabinet

500 kg

(h) Material/ Fabrication

(i) Made from virgin cold rolled steel of thickness 1.25 mm or more

(ii) Each cabinet is to be fitted with 04 galvanised shelves with centre support making 06 compartments.

(iii) Cabinet should be of welded construction with load bearing capacity of each compartment being 300 kgs.

Page 118: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

118

(iv) The cabinet is to be fixed with two sliding doors having heavy duty tamper proof spring loaded locking mechanism and with guide rails.

(v) Each shelf is to be fixed to cabinet using bolt free mechanism with adjustable height.

(i) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition.

(ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

(j) Color/ Shade options available

To be listed by the bidder in the T- Bid

(k) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

18 Metal Tools and Instrument Cabinet / 07 Nos.

Fig ref Appendix – S

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

Page 119: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

119

(a) Description Cabinet with multilevel shelves (with centre support) and Sliding Door

(b) Overall Cabinet Dimensions

Size (H x W x D): 1200 x 2050 x 450 mm

(g) No. of shelves 04

(h) Dimensions of shelves (Indicative)

1000 (L) x 370 (D) x 35 H mm

(e) Load carrying capacity of each shelf

100 kg

(f) Load capacity of each compartment (UDL)

300 Kg

(g) Load carrying capacity of the cabinet

500 kg

(h) Material/ Fabrication

(i) Made from virgin cold rolled steel of thickness 1.25 mm or more

(ii) Each cabinet is to be fitted with 04 galvanised shelves with centre support making 06 compartments.

(iii) Cabinet should be of welded construction with load bearing capacity of each compartment being 300 kgs.

(iv) The cabinet is to be fixed with two sliding doors having heavy duty tamper proof spring loaded locking mechanism and with guide rails.

Page 120: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

120

(v) Each shelf is to be fixed to cabinet using bolt free mechanism with adjustable height.

(i) Paint/ protective coat requirements

(i) The raw material should undergo 7 steps anti-rust and anti-corrosion treatment with special Hot oil treatment to safeguard against saline and humid condition.

(ii) The final product would be powder and electrophoresis coated to an average of 60-80 micron thickness with epoxy polyester blending.

(j) Color/ Shade options available

To be listed by the bidder in the T- Bid

(k) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

19 Antistatic Cabinet (Qty Reqd: 04 Set)

Fig ref Appendix – T

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

(a) Description Multi Shelf Anti Static Cabinets with ESD Safe Bins

(b) Dimensions of Shelving Unit (H x W x D) in mm

(H x W x D): 1875 x 900 x 400 mm

(c) No of Shelves, Nos.

10

Page 121: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

121

(d) Panda Shelf Bins (PSBs)

(i) 05 shelves to be mounted with three PSBs each of size (L x W x H) : 415 x 300 x 135 mm (in all 15 such bins). No. of dividers in each Bins: 02

(ii) Remaining 05 shelves mounted with 06 PSBs each of size (LxWxH): 415 x 150 x 110 mm (in all 30 such bins). No. of dividers in each bin: 02

(e) Material of PSBs Made form Polypropylene Copolymer

(f) Paint coating To be provisioned with anti static epoxy paint coating coated to an average of 60-80 micron thickness with epoxy polyester blending.. The complete shelving system should be ESD safe

(g) Load capacity of each cabinet

Appx. 600 Kg

(h) Load capacity per shelf (UDL)

60 Kg

(i) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

20 Cantilever rack/ 04 Nos.

Fig ref Appendix – U

Make: Model:

OEM Technical Literature to be attached

(i) Has the OEM technical literature been attached? (ii) Have the dimensional drgs with requisite details as sought by the RFP attached?

Make: Model:

Page 122: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

122

(a) Description Single sided Cantilever Racks

(b) Overall Dimensions

Size (L x B x H): 5000 X 1500 X 2000 mm

(c) No. of levels 04

(d) Load capacity per level (Max, UDL)

700 kg

(e) Protective paint coating

Suitable to withstand corrosive marine environment. Should be applied with adequate of primer prior final finish coats of paints coated to an average of 60-80 micron thickness with epoxy polyester blending.. Details to be given in the T- Bid

(f) Color/ Shade options available

To be listed by the bidder in the T- Bid

(g) Weight of Each Assembled Unit

To be detailed by the bidder in its T- Bid

CLIENT’S REQUIREMENTS 1. Turnkey Execution The project is to be executed on a turnkey

basis with no exclusions with respect to supply/ assembly and final delivery of the equipment at site at NSRY(Karwar) by the contracted firm

2. Inspection The contractor is required to submit test certificate from the OEM in respect of the individual equipment. User inspection (NSRY, Karwar) will be carried out after delivery of items at site.

3. Pre Dispatch Inspection The equipment proposed to be procured and supplied will be inspected and its suitability will be confirmed by the user i.e. NSRY (Karwar) prior dispatch to Karwar

Page 123: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

123

4. Testing The equipment, after supply to the designated user, will be subjected to trials/ testing as a complete unit, for acceptance by the Indian Navy. The final tests and trials / inspection shall be undertaken by the end user at site.

5. OEM Technical literature (i) Have the dimensional drgs with requisite details as sought by the RFP attached?

(ii) A detailed schematic design / layout of the pictures with actual photographs along with all relevant technical details (structural/ dimensional/ fabrication) should be clearly brought out and submitted along with the T- Bids. (Absolutely essential – Simple statement like - firm complies are likely to render the T- Bid for rejection)

6. Overall Weight The overall weight of each assembled unit should be indicated in the T- Bid

7. Material cross sectional thickness of the support base frames

The material cross sectional thickness of the support base frames used for shop floor furniture should not be less than 2.5 mm. Compliance to this aspect is to be clearly brought out in the T- Bid along with the detailing of the cross section used.

8. Compliance to Standards

The design, manufacturing, quality and the standards that are being complied in the design and assembly of the equipment are to be clearly spelt out in the T- Bid and attached along with.

Page 124: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

124

9. Anti Corrosive Paint Scheme

The equipment is required to be installed at the Naval Ship Repair Yard at Karwar. Being in close proximity to the sea / marine environment all structures/ components/ panels should be capable of withstanding the hostile/ corrosive marine environment. The structures and equipment should be coated with durable anticorrosive/ salt weather proof paint scheme. The details should be highlighted in the T- Bid. Pse confirm that the minimum paint coating requirements as specified in the RFP have been met.

10. Loading/ Unloading All loading / unloading arrangements at site are to be made by the supplier

VENDOR QUALIFICATION PARAMETERS 1. OEM or Authorised

Dealership Certificate to be attached

2. Financial Capability.

Average Annual financial turnover of the firm in last three years? Balance sheet attached?

3. Affidavits

Affidavits stating that the firm is not banned or black listed and no recovery outstanding in any govt. department

4. EMD Is the EMD of required amount attached? If exempted valid evidence of the same is to be attached . Refer RFP for exemption criteria/ EMD amount

Page 125: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

125

5. Experience Should have experience of having successfully completed similar works in the past. Sucessfully completed supply orders of similar works undertaken in prestigious Governement organizations attached with due refrences/ contact details

6. Payment terms Payment Terms : (a) On completion of Pre-Dispatch Inspection (PDI) by user representative at works - 10 % of the contract amount against a BG of an equal amount. (b)Delivery of equipment / test kits including accessories (if any) at NSRY (Karwar). The contractor is required to submit a CRV from NSRY (Karwar) - 70 % of the contract amount (c) On occasion of obtaining work completion certificate (including handing over of documents and training)- 20 % of the contract amount

7. Warranty 05 YEARS from the date of signing of Work completion certificate

8. Technical Brochure/ OEM Literature.

Does the Technical bid include complete/ comprehensive original technical brochure/ literature of the OEM?

9. T- Bid Documentation. Are the Item specifications well documented and supported by drawings/ pictures/ manual/ description to enable evaluation.

10. Delivery period 06 MONTHS

Page 126: Tele: 02222660903/4670 Fax: 02222661142 Email: wncdgnp … · 2017-02-27 · Naval Dockyard, Shahid Bhagat Singh Road, Mumbai – 400 023 Tel: 22660903, 22664670, 22751669 Fax: 22661142

126

11. Copy of unpriced Q - Bid Is the copy of un priced 'Q'bid included along with T-Bid? This is to be identical to the 'Q'bid, but without any indication of prices.

12. Terms and Conditions of the RFP

Have all terms and conditions of the RFP been read, understood and accepted including that of submission of PBG as detailed at Para 1 of Part IV of the RFP?

13. Pse highlight deviations clearly