ph: +91-33-2401 4132-36 website: ...igmkolkata.spmcil.com/uploaddocument/final tender...

36
फोन/Ph: +91-33-2401 4132-36 वेबसाइट/Website: http://igmkolkata.spmcil.com फ़ै स/Fax: +91-33-2401 0553 ई-मेल/E-mail: calmint@spmcil.com भारत सरकार टकसाल INDIA GOVERNMENT MINT (भारत तभू त मुण तथा मुा तनमा ाण तनगम तलतमटेड की एक इकाई) (A Unit of Security Printing and Minting Corporation of India Limited) (तमतनरन, ेणी-I सीपीएसई / A Mini Ratna, Category-I CPSE) आईएसओ 9001:2008 एव 14001:2004 मातणत क पनी / An ISO 9001:2008 & ISO 14001:2004 Certified Company भारत सरकार के पूणा वातमवाधीन / Wholly Owned by Government of India अलीपुर / Alipore, कोलकाता / Kolkata - 700 053 Corporate Identity Number (CIN): U22213DL2006GOI144763 Page 1 of 36 पंजीकृत कायाालय: 16व मंतिल, जवाहर यापार भवन, जनपथ, नई तदली - 110 001 फोन/Ph: +91-11-23701225-26, 43582200 | फ़ै स/Fax: +91-11-23701223 Regd. Office: 16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi - 110 001 -मेल/E-mail: [email protected] | वेबसाइट/Website: www.spmcil.com Not Transferable Security Classification: Non - Security TENDER DOCUMENT FOR PROCUREMENT OF DESIGN, MANUFACTURING, SUPPLY, ERECTION, COMMISSIONING & TRAINING OF MULTI COLOUR MEDAL/COIN PRINTING PRESS EQUIPMENT- 2 NOS. FOR IGM, KOLKATA AND IGM, MUMBAI. Tender No. 54/GT-069(17-18) Dated: 28.10.2017 This Tender Document Contains 36 Pages. Document is given to: M/s______________________________________________________________ Address___________________________________________________________ Details of Contact person in IGM, Kolkata regarding this tender: (Shri. B. Basak) Asst. Manager (Materials Management) For and on the behalf of GENERAL MANAGER India Government Mint, Alipore, Kolkata – 700053 West Bengal Ph.No.033-24014938 FAX: (+) 91-33-2401-0553 email: [email protected]

Upload: others

Post on 12-Jul-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

  • फोन/Ph: +91-33-2401 4132-36 वेबसाइट/Website: http://igmkolkata.spmcil.com

    फ़ैक्स/Fax: +91-33-2401 0553 ई-मेल/E-mail: [email protected]

    भारत सरकार टकसाल

    INDIA GOVERNMENT MINT

    (भारत प्रततभूतत मुद्रण तथा मुद्रा तनमााण तनगम तलतमटेड की एक इकाई)

    (A Unit of Security Printing and Minting Corporation of India Limited)

    (तमतनरत्न, शे्रणी-I सीपीएसई / A Mini Ratna, Category-I CPSE)

    आईएसओ 9001:2008 एवं 14001:2004 प्रमातणत कंपनी / An ISO 9001:2008 & ISO 14001:2004 Certified Company

    भारत सरकार के पूणा स्वातमत्वाधीन / Wholly Owned by Government of India

    अलीपुर / Alipore, कोलकाता / Kolkata - 700 053

    Corporate Identity Number (CIN): U22213DL2006GOI144763

    Page 1 of 36

    पंजीकृत कायाालय: 16वीं मंतिल, जवाहर व्यापार भवन, जनपथ, नई तदल्ली - 110 001 फोन/Ph: +91-11-23701225-26, 43582200 | फ़ैक्स/Fax: +91-11-23701223

    Regd. Office: 16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi - 110 001 ई-मेल/E-mail: [email protected] | वेबसाइट/Website: www.spmcil.com

    Not Transferable

    Security Classification: Non - Security

    TENDER DOCUMENT FOR PROCUREMENT OF DESIGN, MANUFACTURING, SUPPLY, ERECTION, COMMISSIONING & TRAINING OF MULTI COLOUR MEDAL/COIN PRINTING PRESS EQUIPMENT- 2 NOS. FOR IGM, KOLKATA AND IGM, MUMBAI.

    Tender No. 54/GT-069(17-18) Dated: 28.10.2017

    This Tender Document Contains 36 Pages.

    Document is given to:

    M/s______________________________________________________________

    Address___________________________________________________________

    Details of Contact person in IGM, Kolkata regarding this tender: (Shri. B. Basak) Asst. Manager (Materials Management) For and on the behalf of GENERAL MANAGER India Government Mint, Alipore, Kolkata – 700053 West Bengal Ph.No.033-24014938 FAX: (+) 91-33-2401-0553 email: [email protected]

    mailto:[email protected]

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 2 of 36

    SECTION I : NOTICE INVITING TENDER (NIT)

    NOTICE INVITING INTERNATIONAL COMPETITIVE BIDDING

    Tender No. 54/GT-069(17-18) Dated: 28.10.2017

    1. India Government Mint (A unit of SPMCIL), ALIPORE, KOLKATA-700053, invites sealed tenders from eligible and qualified Tenderers for supply of following goods :

    S. No. Description Quantity EMD

    1.

    DESIGN, MANUFACTURING, SUPPLY, ERECTION, COMMISSIONING & TRAINING OF MULTI COLOUR

    MEDAL/COIN PRINTING PRESS EQUIPMENT

    2 Nos. (One each for Kolkata and Mumbai Mint)

    ` 12,00,000/- for domestic supplier or US $ 18,480 or Euro € 15,610 for foreign

    suppliers [As per Exchange rates @ 1$ = ` 64.9301/-

    & 1€= ` 76.8772/- dated 13.10.2017 in

    www.rbi.org.in ) to be enclosed with PQB.

    Type Of Tender (Two Bid/ PQB/ EOI/ RC/ Development/ Indigenization/ Disposal of Scrap/ Security Item etc.)

    Three Bid system with PQB, Techno- Commercial Bid & Financial Bid i.e. Single Stage (Three packets) International Competitive Bidding.

    Dates of sale of tender documents: From 28.10.2017 to 29.12.2017 during office hours

    Price of the Tender Document Rs.5000/- (Rupees Five Hundred only) or US $ 77

    Place of sale of tender documents IG Mint, Kolkata - 700053

    Closing date and time for receipt of tenders 29.12.2017 up to 3.00 PM (IST)

    Place of receipt of tenders Tender Box, IG Mint, Kolkata - 700053

    Date and time of PQB / Techno-Commercial

    Bid / Price Bid opening

    1) 29.12.2017 at 3.30 PM (IST) for PQB 2) For Techno-Commercial Bid: - will be intimated later on to those firms who qualify in PQB. 3) For Price Bid: - will be intimated later on to those

    firms who qualify in Techno-Commercial Bid.

    Place of opening of tenders IG Mint, Kolkata - 700053

    Nominated Person/ Designation to Receive

    Bulky Tenders (Clause 21.1 of GIT)

    Shri Biplab Basak, Asst. Manager (Materials

    Management)

    2. Interested tenderers may obtain further information about this requirement from the above office

    selling the documents. They may also visit our website mentioned above for further details. 3. Tender documents fee be submitted by payment of non-refundable fee of Rs.5000/- (Five Thousand

    only) or US $ 77 (US Dollar Seventy Seven only) per set in the form of account payee demand draft/ cashier’s cheque/ certified cheque, drawn on a scheduled commercial bank in India, in favour of “INDIA GOVERNMENT MINT, KOLKATA (A unit of SPMCIL)”, payable at Kolkata.

    http://www.rbi.org.in/

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 3 of 36

    4. EMD in the form of account payee Demand Draft/ Bankers Cheque/ Fixed Deposit Receipt/Bank

    Guarantee (As per Section XIII) in favour of “India Government Mint, Kolkata (A unit of SPMCIL)” is to be furnished along with PQB from any scheduled commercial bank or from a First Class reputed International Bank verified and confirmed by State Bank of India branch, in acceptable form otherwise the tender will not be considered and will be liable to be rejected.

    5. Tenderer may also download the tender documents from our website http://igmkolkata.spmcil.com and www.spmcil.com and submit its tender by utilizing the downloaded document, along with the required non-refundable fee as mentioned in Para 3 above.

    6. Tenderers shall ensure that their tenders duly sealed and signed, complete in all respects, are

    dropped in the tender box located at the address given below on or before the closing date and time indicated in the Para 1 above, failing which the tenders will be treated as late and rejected. The General Manager, India Government Mint, Alipore, Kolkata, Pin- 700053 (INDIA)

    7. In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchase organization, the tenders will be sold/received/opened on the next working day at the appointed time.

    8. The Tender documents are not transferable.

    9. No Conditional Tender shall be accepted. 10. All rules, regulations, orders and instructions given in the Standard Bidding Document (SBD) of the tender relating to procurement as intended shall be applicable.

    ASSISTANT MANAGER (MATERIALS MANAGEMENT) FOR GENERAL MANAGER

    INDIA GOVERNMENT MINT, ALIPORE, KOLKATA- 700053

    http://igmkolkata.spmcil.com/

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 4 of 36

    SECTION II : General Instructions to Tenderers (GIT) Part - I

    Part I: General Instructions Applicable to all Types of Tenders Please refer to our website for further details: http://www.spmcil.com/spmcil/UploadDocument/GIT.pdf

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 5 of 36

    SECTION III: Special Instructions to Tenderers(SIT)

    The following Special Instructions to Tenderers will apply for this purchase. These special instructions will modify/substitute/supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. The corresponding GIT clause numbers have also been indicated in the text below:

    In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shall prevail. (Clauses of GIT listed below include a possibility for variation in their provisions through SIT. There could be other clauses in SIT as deemed fit.)

    Sl. No. GIT

    Clause No.

    Topic SIT Provision

    1 4 Eligible Goods and Services (Origin of Goods)

    Bidders shall clearly mention the origin of Machine in their Technical Bid.

    2 8 & 9

    Pre-Bid Conference & Time Limit for receiving request for clarification of Tender Documents

    The prospective bidders, interested in participating in this tender, are requested to attend a Pre-Bid conference for clarification on PQB, technical specifications of the tenders to be held on 28.11.2017 at 11:30 AM at the Office of India Government Mint, Alipore, Kolkata – 700 053. The queries of Pre-Bid conference must reach to the General Manager, India Government Mint, Kolkata by 24.11.2017 up to 05:30 PM in writing by post/ fax/email only.

    3 11.2 Tender Currency

    Domestic Bidders to quote in Indian Rupees only. Foreign bidder can quote in US Dollar or Euro and that currency will be converted into Indian Rupees for the purpose of equitable comparison for evaluation of bids based on “BC selling” Exchange Rate of SBI on the date of tender opening (financial offer).

    Note: Supplier is requested to quote price within 2(Two) decimal place, Quotation with price quoted beyond 2(Two) decimal places will be ignored.

    4 14 Firm Price/ Variable Price

    Variable Price is not applicable, so firms are requested to quote Firm Price only.

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 6 of 36

    5 18 EMD

    For domestic bidders, for MSME firms, the tenderers who are currently registered and, also, will continue to remain registered during the tender validity period with District Industries, Centers or Khadi and village Industries board or Coir Board or NSIC or Directorate of Handicrafts and Handlooms or any other body specified by Ministry of Micro, Small & Medium Industry under MSME are exempted from payment of earnest money. In case the tenderer falls in these categories, it should furnish certified copy of its valid registration details (with NSIC or any other body as stated above).

    6 19 Tender Validity The tender should be valid for a period of 180 days from the date of opening of tender.

    7 20.4 Number of Copies of Tenders to be submitted

    A tenderer shall submit two copies of its tender marking them as ‘Original’ and ‘Duplicate’.

    8 20.8 Signing and Sealing of Tender

    a) Tender will consist of Three bid system (PQB, Techno-Commercial bid & Financial bid).

    b) Pre-Qualification Bid, Techno-commercial Bid and Price Bid are to be submitted in three separate double sealed envelopes on or before the due date of submission of tender.

    c) It may be noted that the price is not to be quoted either in the Pre- qualification Bid or Techno-commercial Bid.

    d) Price shall only be quoted in Price Bid.

    Non- adherence to these conditions shall make tender liable for rejection.

    The envelopes containing bids shall be super scribed as ‘Pre- Qualification Bid’, ‘Techno- Commercial Bid’ and ‘Price Bid’ as the case may be for “Procurement of Medal/Coin Multi Colour Printing Press Equipment.”

    The sealed envelopes shall again be put in another sealed cover and should be super scribed as ‘Pre- Qualification Bid’, ‘Techno- Commercial Bid’ and ‘Price Bid’ due on 29.12.2017 up to 3.00 PM (IST). Late tender shall not be accepted. Tenderers shall submit their offers only on prescribed form.

    Tenders shall be submitted in parts as below :

    Part – I : PQB (Packet- 1)

    (i) Containing un priced tender consisting of experience, past performance, capacity/ capability related data, financial standing data, declaration etc. as specified under Section IX in this tender document.

    (ii) EMD

    (iii) Tender document fee.

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 7 of 36

    (iv) Manufacturer’s authorization letter if the bidder is not Manufacturer.

    Sec X: Tender Form (without price) & Sec XII: Questionnaire duly filled sealed & signed.

    Part – II : Techno-commercial Bid (Packet- 2)

    a. The tenderer shall submit detailed technical offer as per technical specifications given in Section VII and list of requirement given in Section VI of this tender document.

    b. The tenderer has to submit acceptance of all section of the tender document (GIT, SIT, GCC & SCC), quality control requirement, tender form (without price), questionnaire etc.

    Part – III : Price Bid (Packet- 3)

    The tenderer shall quote price strictly as per the proforma given in Section XI of this tender document.

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 8 of 36

    9 34

    Comparison on CIF Destination Basis

    Evaluation of L1: The method of evaluation of L1 bidder for awarding of Contract shall be on consolidated grand total offered by the bidder and will be decided by taking into consideration the grand total offered price as per Sec XI: Price Schedule of this tender document.

    (A) In case of Indigenous offer, the price quoted shall be compared on a total price basis on door delivery basis for 1 no. for IG Mint, Kolkata Stores and 1 no. for IGM, Mumbai, including all taxes, packing & forwarding charges, freight, insurance, etc. as per Sec XI: Price Schedule.

    (B) In case of import, the tenderer will be required to quote the cost on FOB as well as CIF basis (1 no. for IGM, Kolkata & 1 no. for IGM, Mumbai). The CIF price will be multiplied by the exchange rate between Indian Rupees and the quoted foreign currency, prevailing on the date of opening of the Price Bid, thus converted into Indian currency. The applicable rate will be “BC selling rate” of State Bank of India. On the CIF price, 1% shall be added to derive the assessable value for the purpose of calculation of Customs Duty only. Customs Duty as applicable on the date of opening of the price bid on accessible value will be added on the CIF price. Further 2% & 1% of Customs Duty as Education Cess and SAH Education Cess respectively shall be added. GST, Countervailing Duty, if any other duties & taxes as applicable on the date of opening of price bid. On this converted price, standard charges of M/s. Balmer Lawrie & Co. Ltd. for clearing agency charges, handling charges, incidental charges, insurance charges and inland freight including GST shall be added to arrive on total price on door delivery basis, i.e. 1 no. to IG Mint, Kolkata Stores and 1 no. to IG Mint, Mumbai Stores

    Apart from the above, the other charges mentioned by the tenderer for installation, commission, training etc. will also be added for arriving at the landed cost of item.

    For comparison of import offer with the indigenous offer total landed price (both machines) of indigenous offer, shall be compared with the total landed cost (both machines) of import offer. The tenders received and accepted will be evaluated to ascertain the best and lowest evaluated tender in the interest of purchaser, for the complete supply covered under the tender document.

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 9 of 36

    10 35.2 Additional Factors for Evaluation

    However, India Govt. Mint, Kolkata reserves the right to place the order on FOB/ FAS/ Ex-Works basis or on CIF/FOR Mint basis.

    11 35.3 Price Preference

    Price Preference is not applicable with regards to Ministry of Finance letter no. F.N./1/1/2012-coin/208 dt.10.04.2012.

    12 50.2 Pre-qualification Bidding

    This is a three bid tender. Initially the first envelope containing PQB would be opened and evaluation would be done based on documents submitted as mentioned in Sl. No. 8 of SIT. Thereafter the Second envelope containing Techno-commercial bid, of those who qualified in the PQB will only be opened with prior intimation. The third envelope containing the price bid (Section XI with prices) of the firms who qualified in the Techno-commercial bid only be opened with prior intimation.

    13 20.9 E-Tendering Not Applicable

    14 43 Parallel Contract

    Not Applicable

    15 50.1 Tender Involving Sample

    Not Applicable

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 10 of 36

    SECTION IV: General Conditions of Contract (GCC)

    Part I: General Conditions of Contract applicable to all types of Tenders

    Please refer to our website for further details: http://www.spmcil.com/spmcil/UploadDocument/GCC.pdf

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 11 of 36

    SECTION V: SPECIAL CONDITIONS OF CONTRACT (SCC)

    The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses of General Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. These Special Conditions will modify/substitute/supplement the corresponding (GCC) Clause.

    Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in the SCC shall prevail. (Clauses of GCC listed below include a possibility for variation in their provisions through SCC. There could be other clauses in SCC as deemed fit)

    Sl. No. GCC Clause No.

    Topic SCC Provision

    1 5 Country of Origin

    The Country of Origin shall be clearly mentioned.

    2 8 Packing

    Packing to be done to avoid any scratch during transit. The machine should be packed in such a manner that they are not exposed to open atmosphere during the transportation. The packing provided by the supplier should be strong and durable enough to withstand, without limitation, the entire journey during transit including transshipment (if any), rough handling, open storage etc. without any damage, deterioration etc. As and if necessary, the size, weights and volumes of the packing cases shall also take into consideration, the remoteness of the final destination of the goods and availability or otherwise of transport and handling facilities at all points during transit up to final destination as per the contract.

    3 8 Marking

    1. CONSIGNEE: General Manager, India Government Mint, Alipore, Kolkata – 700053, India

    2. CONSIGNEE: General Manager, India Government Mint, S.B.S. Marg, Fort, Mumbai – 400023, India

    Order No:

    Packing No:

    Net Weight:

    Gross Weight:

    4 9 Inspection & Quality Control

    A Pre-dispatch inspection & Training will be carried out at the Supplier’s works by 3 officials nominated by each Mint. The period of inspection & Training will be normally 5 (five) days and all the charges like Airfare, lodging and Boarding will be borne by the Purchaser. However, the firm shall extend all the required assistance and testing facilities. The Firm shall notify the readiness of stores at least 30 days prior to delivery schedule.

    5 10 Delivery Schedule

    Machines shall be delivered within eight months from the date of Techno-commercially clear order for domestic supplier & for foreign supplier, 8 months from the date of opening of Letter of Credit.

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 12 of 36

    The Supplier shall make separate packages for each Mint i.e. IGM, Kolkata & IGM, Mumbai. The quantity & Shipment details are to be followed as per the Tender Documents.

    6 11 Transportation

    In case of Foreign bidder, from suppliers premises to port of shipment will be arranged by bidder & incase of domestic bidder the transportation will be FOR respective Mints.

    7 12 Insurance In case of Foreign bidder, from suppliers premises to port of shipment will be arranged by bidder & incase of domestic bidder the Insurance will be upto respective Mints (IGMM & IGMK).

    8 13 Spare Parts

    Spare Parts : List of spare parts with item wise rate to be enclosed along with Price Bid. Bidder to provide the list along with the price which is to be remain firm for two years beyond warranty period. During evaluation of L1, price of spare parts will not be added.

    9 14 Incidental Services

    The Offer shall include the Commissioning and successful runs of all the equipment and processes as per specifications.

    10 15

    Distribution & Dispatch

    The supplier shall mark the package on three sides with the following with indelible paint of proper quality :

    a) Contract number and date

    b) Brief description of goods including quantity

    c) Packing list reference number

    d) Consignee’s name and full address

    e) Supplier’s name and address

    The Supplier shall make separate packages for each machine to the consignee whose addresses are mentioned below :

    (A) GENERAL MANAGER

    INDIA GOVERNMENT MINT, KOLKATA

    (A UNIT OF SPMCIL)

    ALIPORE, KOLKATA - 700053.

    PHONE NO. 033-24014938

    FAX : 033-2401-0553

    Email: [email protected]

    (B) GENERAL MANAGER

    INDIA GOVERNMENT MINT, MUMBAI

    (A UNIT OF SPMCIL)

    SHAHID BHAGAT SINGH MARG, FORT,

    MUMBAI - 400023

    PHONE NO. 022-22661735

    FAX : 022- 22661450

    Email: [email protected]

    mailto:[email protected]:[email protected]

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 13 of 36

    11 16 Warranty

    2 years from the date of issue of Final Acceptance Certificate by the Purchaser.

    The firm should also guarantee that the Equipment is eco-friendly and conforms to the International Pollution / Environmental norms.

    12 21.2 Taxes & Duties

    Clause 21.1 will be applicable only for Domestic bidder. Foreign bidders have to quote on FOB basis and on CIF basis both. If the tenderer fails to include taxes & duties in the tender, no claim thereof will be considered by the purchaser afterwards. Income Tax (TDS) on installation, commission & training shall be borne by the tenderer.

    13 22.3, 22.4,

    22.6

    Terms and mode of payment

    For Domestic Supplier :

    90% payment of cost of machines shall be made within 30 days against receipt of machines in acceptable condition with bill in triplicate at IGM, Kolkata.

    Balance 10% payment of cost of material and 100% cost of installation, commission and training if any charges will be made after deduction of TDS as per prevalent rate on receipt of FAC issued by respective consignee.

    For Foreign Supplier :

    80% of the cost of material (FOB) / CIF shall be made through irrevocable letter of credit to be opened by the purchaser through commercial bank in favor of seller. The payment shall be arranged on receipt of the following documents and invoice after dispatch.

    i) Complete set of clean shipping document/ Bill of Lading must show that the complete goods have been actually shipped on board.

    ii) Signed Invoices in sets of quadruplicate stipulating specification reference for item indicating cost& quantity.

    iii) Certificate of country of Origin issued by Chambers of Commerce.

    iv) Copies of Packing List in triplicate stipulating individual items quantity, weight & dimension details of each packing case.

    v) Inspection Certificate, if inspection certificate is waived then quality test certificate.

    vi) Catalogues, Technical write up/Literature for Custom clearance purpose.

    vii) Certificate of No agency commission payable to any Indian agent involved in this transaction.

    viii) Two set of non-negotiable dispatch documents to be send by Courier service to the Purchaser immediately after dispatch of consignment.

    ix) Insurance Policy

    x) Performance Bond/ Warranty Certificate.

    xi) Security Deposit for required period.

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 14 of 36

    Balance 20% payment of cost of material and 100% cost of installation, commission and training if any charges will be made after deduction of TDS as per prevalent rate on receipt of FAC issued by respective consignee.

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 15 of 36

    SECTION VI: LIST OF REQUIREMENTS

    S. No. Description Quantity EMD

    1.

    DESIGN, MANUFACTURING, SUPPLY, ERECTION, COMMISSIONING & TRAINING OF MULTI COLOUR

    MEDAL/COIN PRINTING PRESS EQUIPMENT

    2 Nos. (One each for Kolkata and Mumbai Mint)

    ` 12,00,000/- for domestic supplier or US $ 18,480 or Euro € 15,610 for foreign

    suppliers [As per Exchange rates @ 1$ = ` 64.9301/-

    & 1€= ` 76.8772/- dated 13.10.2017 in

    www.rbi.org.in ) to be enclosed with PQB.

    Installation, Start up and Training etc: 1. FAC will be issued after successful run for 7 (Seven) consecutive working days on a single shift of

    8(eight) hours.

    2. The offer shall include the commissioning and successful runs of all the equipment and processes

    as per specification at site.

    3. The offer shall include the real time training to officials of India Government Mints at Mumbai,

    Kolkata for a period of 6 working days each at respective Mints after commissioning the project.

    4. The offer shall include arrangement for maintenance & support services for one year from the

    date of issue of Final acceptance certificate.

    Note: Tenderer’s attention is drawn to GIT clause 17 and GIT sub-clause 10.1. The tenderer is to provide the required details, information, confirmations, etc. accordingly, failing which it's tender is liable to be ignored. After Sale Service: It must be clearly indicated in the quotation whether the sales service shall be

    provided by supplier himself or by their authorized Indian agent after satisfactory installation,

    commission of machine after expiry of guarantee period. All terms & conditions related to after sales

    service must be clearly mentioned.

    Licenses & Permits: Whenever applicable, the successful bidder shall ensure himself also satisfy the

    purchaser that the successful bidder possess the legal licenses/ permits to use a particular product/

    process/ design/ patent. The bidder shall be held responsible for the civil/ criminal and tortuous

    consequence arising from any claim from any third party in this regard.

    In case of Foreign Bidder, the intending Bidder shall quote on both FOB and CIF basis at Kolkata Seaport

    & Mumbai Sea Port. Custom duties, taxes, octroi charges, service charges & any other charges

    towards clearance from the respective sea ports will be borne by the respective Mint.

    http://www.rbi.org.in/

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 16 of 36

    SECTION VII: TECHNICAL SPECIFICATIONS Name of the machine: Medal / Coin Multi -colour Printing Press. * Scope of supply: Medal / Coin multi-colour printing Press consisting of

    1. Automated pad cleaning device. 2. Multi - colour Ink cup system. 3. Optical Cliché adjustment system. 4. Quality control unit (online checking).

    * Technical specification :-

    1. Medal / Coin printing Press : Technical specification i. Cliché size : 90 x 165mm (Min.) ii. Print size range : ø 35 - 60mm iii. Print capacity : (Min.) 150 pcs / hr. Five colours (No. of colours to be printed = 5 (Min.) iv. Force / pressure : 1500 N (Min.) v. Accuracy of printing : ±20 μm vi. Coin identification : 0.5 - 2 second (approx.) Auto Alignment System for Coin Identification. vii. Display : min. 19” (Touch screen) viii. Drying temperature : 180 degree Celsius (Max.) for drying of ink on coins, ix. Drying time : 30Mins. (Max) (Digital temperature and time display) x. Printing pad : Five (Min.) xi. Manual loading & unloading. xii. Power supply : 400-440V ; 50Hz

    2. Automated pad clearing device :

    i. Cleaning power: min.98% /Length of tape cycle and the no. of cycles should be programmable. ii. Damage of surface : Nil iii. Reusable: At least two times. iv. Adhesive tape : width Min. 75mm

    3. Multi - colour ink cup system: Minimum 5 ink cups with min. ø 65 mm ceramic rings.

    4. Optical Cliché adjustment system :

    i. Camera : CCD or equivalent quality, Min. 752 x 480 pixels ii. Smallest Resolution : 0.01mm iii. P.C : 2.0 GHz, 1GB (RAM), Min. requirement. iv. Monitor : 19” min. polymer or stainless steel

    5. Online Quality control : -

    i. Application: pad printing with camera system/To check print position, broken/missing image, wrong position etc.

    ii. Standard field view : Min. 50mm x 50mm, iii. Speed : Not less than production rate , iv. Resolution : 0.07mm x 0.07 mm (Min.) v. Minimum defect size : 0.1 Square mm

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 17 of 36

    6. Auxiliaries / Accessories: (Essentially required either as in-built or as separate quote - During L1

    evaluation, this price will be added for the Firm having no in-built laser / Pre-Press cliche making system)

    i. Drying Furnace for drying of ink on coins -(Digital temperature and time display)

    ii. Pre-press for Plate (Cliche) making :

    a. Printer for printing on the film

    b. Exposure Unit with vacuum pump,

    c. Drying Unit.

    iii. Cleaning equipment for cleaning of ink cups & plate (Cliche)

    Consumables : Inks & Thinner are to be supplied for one year/ w.r.t the production quantity of 10,000 pcs of

    biggest diameter of objects per machine.

    1. cliché : 50 nos.

    2. Films for printing of art work : 50 nos.

    3. Wash out Solvent for cliché production process : 10 liters

    4. Solvent for cleaning equipment : 50 liters

    5. Solvent for cleaning pad assembly : 10 liters

    6. 1 set of 5 nos. of ink cups with ceramic rings

    7. 1 set of 5 nos. of printing pads

    8. Measuring part for exact ink viscosity adjustment

    9. CMYK Pad Printing Inks : Cyan, Majenta, Yellow, Black : 10 kgs each

    10. Hardner : 500ml

    11. Thinner : 10 liters

    12. Retarder : 5 liters

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 18 of 36

    SECTION VIII: Quality Control Requirements

    FAT (Final Acceptance Test) & FAC (Final Acceptance Certificate)

    FAT: Upon completion of Installation & Commission work at the purchaser premises, purchaser will run the machine in presence of supplier’s staff. The FAT will be carried out from period of 7 (Seven) consecutive working days in a single shift of 8 (Eight) hours to the satisfaction of purchaser. The supplier shall ensure the satisfactory commissioning of the system & to run the system as per Technical Specification & List of Requirement of IGM, Kolkata, Mumbai to prove the successful commissioning & satisfactory running of the system.

    FAC: Upon satisfactory completion of FAT purchaser shall issue FAC. The system will be accepted on manufacturer guarantee certificate to be sent to purchaser. Any defect observed on the machine found unsuitable then the same will be returned to the supplier for free replacement up to IGM, Kolkata, Mumbai as the case may be.

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 19 of 36

    SECTION IX: Qualification / Eligibility Criteria

    The bidder should meet the following qualification criteria:

    1. Experience & Past Performance:- Bidder Firm should have manufactured, supplied, installed and commissioned at least one similar capacity Medal / Coin multi-colour printing Press Equipment in any one year during last five financial years ending 31.03.2017.

    2. Capability-Equipment & Manufacturing Facilities: - The Bidder Firm must have an annual capacity to manufacture and supply at least one number Medal / Coin multi Colour printing Press ending 31/03/2017.

    3. Financial Standing : -

    a. Average Annual Turnover of the Bidder firm during last three financial years ending 31.03.2017 should be more than Rs.1.80 Crore. b. Bidder Firm should not have suffered any financial loss for more than one financial year during the last three financial years ending 31.03.2017. c. The net worth of the firm should not have eroded by more than 30% in the last three financial years ending 31.03.2017.

    Note:- 1. All experience, past performance and capacity/capability related data should be certified by the authorized signatory of the bidder firm. 2. All financial standing data should be certified by certified accountant’s e.g., Chartered Accounts (CA) in India and Certified Public Accountant/Chartered Accountants of other countries. For foreign bidders the financial year ending 31.12.2016 will be relevant in place of 31.03.2017, as mentioned above. 3. Firm must submit copy of PO & invoice as proof of experience & past performance. 4. Bidder to furnish stipulated documents in support of fulfillment of essential qualifying criteria.

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 20 of 36

    SECTION X : TENDER FORM

    Date: To, The General Manager, India Government Mint, (A Unit of SPMCIL), Wholly owned by Government of India Alipore, KOLKATA - 700053.

    Ref: Your Tender document No. Dated:

    We, the undersigned have examined the above mentioned tender enquiry document, including

    amendment No. _____ dated _____ (if any), the receipt of which is hereby confirmed. We now

    offer to supply and deliver _____________(description of goods and services) in conformity with

    your above referred document for the sum of Rs.***************(total tender amount in

    figures and words), as shown in the price schedule(s), attached herewith and made part of this

    tender.

    If our tender is accepted, we undertake to supply the goods and perform the services as

    mentioned above, in accordance with the delivery schedule specified in the List of

    Requirements.

    We further confirm that, if our tender is accepted, we shall provide you with a performance

    security of required amount in an acceptable form in terms of GCC Clause 6, read with

    modification, if any, in SECTION -V - “Special Conditions of Contract”, for due performance of the

    contract.

    We agree to keep our tender valid for acceptance for a period up to __________, as required in

    the GIT Clause 19, read with modification, if any in Section-III -“Special Instructions to

    Tenderers” or for subsequently extended period, if any, agreed to by us. We also accordingly

    confirm to abide by this tender up to the aforesaid period and this tender may be accepted any time

    before the expiry of the aforesaid period. We further confirm that, until a formal contract is

    executed, this tender read with your written acceptance thereof within the aforesaid period shall

    constitute a binding contract between us.

    We further understand that you are not bound to accept the lowest or any tender you may

    receive against your above-referred tender enquiry……………………… dated this ________________ date

    of________________

    For and on behalf of (With seal)

    Signature Name

    In the capacity of (DULY AUTHORISED TO SIGN THE BID)

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 21 of 36

    SECTION XI : PRICE SCHEDULE

    A price schedule appropriate to the nature of goods/services to be attached here

    DESIGN, MANUFACTURING, SUPPLY, ERECTION, COMMISSIONING, TRAINING, SPARES FOR 2 YEARS FOR STATE OF ART TECHNOLOGY OF MEDAL/COIN MULTI-COLOUR PRINTING PRESS:

    A) In case of Domestic bidders:-

    Sl. No.

    Description Rate Qty Amount (in `)

    1. Basic Cost of DESIGN, MANUFACTURING, SUPPLY, ERECTION, COMMISSIONING, TRAINING FOR STATE OF ART TECHNOLOGY OF MEDAL/COIN MULTI-COLOUR PRINTING PRESS FOR IG MINT, MUMBAI & KOLKATA RESPECTIVELY. (Quantity 2 nos. – 1 each for IGM, Kolkata & IGM, Mumbai) For full details please see the technical specification as mentioned in Section VII

    2. Spare Parts: List of spare parts with item wise rate to be enclosed along with Price Bid. Bidder to provide the list along with the price which is to be remain firm for two years beyond warranty period. During evaluation of L1, price of spare parts will not be added.

    3. Packing charges

    4. Insurance & Freight: Up to IGM, Kolkata (1 No.)

    IGM, Mumbai (1 No.)

    5. GST, as applicable

    6. Any other Taxes and duties, octroi, if applicable

    7. Installation & commissioning Charges

    8. GST on Training & Installation charges, if any

    9. Total Cost of supply (door delivery basis) in figures

    10. Total Cost of supply (door delivery basis) in words

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 22 of 36

    B) For Foreign Supplier

    To be quoted on FOB & CIF Basis:

    Sl. No.

    Description, Accounting Unit and Quantity offered

    FOB price per machine

    Qty FOB Total

    Port Destination

    Insurance Freight (Ocean)

    CIF

    1. (a) Basic Cost of DESIGN, MANUFACTURING, SUPPLY, ERECTION, COMMISSIONING, TRAINING, SPARES FOR 2 YEARS FOR STATE OF ART TECHNOLOGY OF MEDAL/COIN MULTI-COLOUR PRINTING PRESS FOR IG MINT, MUMBAI, KOLKATA RESPECTIVELY. (Quantity as per Section VI & VII of Tender Enquiry)

    (i) Kolkata :

    (1 No.)

    (ii) Mumbai :

    (1 No.)

    (b) Spare Parts : List of spare parts with item wise rate to be enclosed along with Price Bid. Bidder to provide the list along with the price which is to be remain firm for two years beyond warranty period. During evaluation of L1, price of spare parts will not be added.

    Sub Total 1(a+b)

    2. (a) Installation, Commissioning & Testing

    (b) Training charges

    Sub Total 2(a+b)

    Grand Total (1+2) Important: No price to be indicated in the format which is to be enclosed along with PQB (Part I), Techno-commercial Tender (Part II) However, Price Bid (Part III) which contains prices should be in this Performa only and to be enclosed in a sealed cover separately.

    ………………………………………………………….. Signature of the tenderer with designation with seal

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 23 of 36

    SECTION XII : QUESTIONNAIRE

    The tenderer should furnish specific answers to all the questions/issues mentioned below. In case a question/issue does not apply to a tenderer, the same should be answered with the remark “not applicable”.

    Wherever necessary applicable, the tenderer shall enclose certified copy as documentary proof/evidence to substantiate the corresponding statement.

    In case a tenderer furnishes a wrong or evasive answer against any of the under-mentioned question/issues, its tender will be liable to be ignored.

    1. Brief description and of goods and services offered:

    2. Offer is valid for acceptance up to:

    3. Your permanent Income Tax A/C No. as allotted by the Income Tax Authority of Government of India:

    Please attach certified copy of your latest/current Income Tax clearance certificate issued by the above authority.

    4. Status :

    a) Are you currently registered with the Directorate General of Supplies & Disposals (DGS&D), New Delhi and/or the National Small Industries Corporation (NSIC),New Delhi, and/or the present India Government Mint, Kolkata and/or the Directorate of Industries of the concerned State Government for the goods quoted ? If so, indicate the date up to which you are registered and whether there is any monetary limit imposed on your registration. b) Are you currently registered under the Indian Companies Act, 1956 or any other similar Act?

    Please attach certified cop(s) of your registration status etc. in case your answer(s) to above queries is in affirmative.

    5. Please indicate name & full address of your Banker(s) :

    6. Please state whether business dealings with you currently stand suspended/banned by any Ministry/Deptt. Of Government of India or by any State Govt. ……………………….

    (Signature with date)

    ………………………………….

    ………………………………….

    (Full name, designation & address of the person duly authorized to sign on behalf of the tenderer)

    For and on behalf of

    ………………………………….………………

    ………………….

    (Name, address and stamp of the tendering firm)

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 24 of 36

    SECTION XIII : Bank Guarantee Form for EMD

    Whereas …………………………………………………………………………………………… (here in after called the “ Tenderer’’) has submitted its quotation dated …………………… for the supply of …………………………………………………………………………………… (here in after called the “Tender”) Against India Govt. Mint, Kolkata’s tender enquiry No………………………………………... know all persons by these presents that we …………………………………………… …..of ……………………………………….. (here in after called the “Bank”) Having our registered office at ………………………………………………………………….. are bound unto …………………………………… (here in after called “ India Govt. Mint, Kolkata”) in the sum of ………………………………………………………………………………………..

    for which payment will and truly to be made to the said India Govt. Mint, Kolkata, the bank binds itself , its successors and assigns by these presents. Sealed with the Common Seal of the said Bank this …….……..day of …………..20……… The conditions of this obligation are – (a) If the Tenderer withdraws of amends, impairs or derogates from the tender in any

    respect within the period of validity of this tender. (b) If the tenderer having been notified of the acceptance of his tender by India Govt. Mint,

    Kolkata during the period of its validity:- (i) Fails or refuses to furnish the performance security for the due performance

    of the contract. (ii) Fails or refuses to accept / execute the contract.

    We undertake to pay India Govt. Mint, Kolkata up to the above amount upon receipt of its first written demand, without India Govt. Mint, Kolkata having to substantiate its demand, provided that in its demand India Govt. Mint, Kolkata 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(s).

    This guarantee will remain in force for a period of forty five 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.

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 25 of 36

    SECTION XIV : Manufacturer’s Authorization Form

    To

    The General Manager, India Government Mint, (A Unit of SPMCIL), Wholly owned by Government of India Alipore, KOLKATA - 700053.

    Dear Sirs,

    Ref. Your Tender document No…………………………………….., dated ……….

    We, …………………………………………………., who are proven and reputable manufacturers of ……………………… (name and description of the goods offered in the tender) having factories at………………….……………………, hereby authorize Messrs.…………………………………………….. (name and address of the agent) to submit a tender, process the same further and enter into a contract with you against your requirement as contained in the above referred tender enquiry documents for the above goods manufactured by us.

    We further confirm that no supplier or firm or individual other than Messrs. …………………………... (name and address of the above agent) is authorized to submit a tender, process the same further and enter into a contract with you against your requirement as contained in the above referred tender enquiry documents for the above goods manufactured by us.

    We also hereby extend our full warranty, as applicable as per clause of the General Conditions of Contract read with modification, if any, in the Special Conditions of Contract for the goods and services offered for supply by the above firm against this tender document.

    Yours faithfully,

    …………...……………..

    ………….………………

    [signature with date, name and designation]

    for and on behalf of Messrs……………………………………

    [name & address of the manufacturers]

    Note: This letter of authorization should be on the letter head of the manufacturing firm and should be signed by a person competent and having the power of attorney to legally bind the manufacturer.

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 26 of 36

    SECTION XV : Bank Guarantee Form for Performance Security

    ……………………………………………………… *Insert: Bank’s name, and address of the issuing branch or officer+ Beneficiary: …………………………….. *Insert: name and address of India Govt. Mint, Kolkata] Date: …………………………. PERFORMANCE GURANTEE No.:……………………………………….. WHEREAS ………………………………………………………………………………. (name and address of the supplier) (hereinafter called “the supplier”) has undertaken, in pursuance of contract no……………………………. dated …………. to supply (description of goods and services) (herein after called “the contract”). AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bank guarantee by a scheduled commercial bank recognized by you for the sum specified therein as security for compliance with its obligations in accordance with the contract; AND WHEREAS we have agreed to give the supplier such a bank guarantee; NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier, up to a total of ……………… …… ……… …… …………………. (amount of the guarantee in words and figures), and we undertake to pay you, upon your first written demand declaring the supplier to be in default under the contract and without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the contract to be performed there under or of any of the contract documents which may be made between you and the supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification. We undertake to pay India Govt. Mint, Kolkata up to the above amount upon receipt of its first written demand, without India Govt. Mint, Kolkata having to substantiate its demand. This Guarantee will remain in force for a period of sixty days after the currency of this contract and any demand in respect thereof should reach the Bank not later than the above date. ……………………………. (Signature with date of the authorized officer of the Bank) …………………………………………………………. …………………………………………………………. Name and designation of the officer …………………………………………………………. Seal, name & address of the Bank and address of the Branch …………………………………………………………. Name and designation of the officer …………………………………………………………. …………………………………………………………. Seal, name & address of the Bank and address of the Branch

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 27 of 36

    SECTION XVI : CONTRACT FORM

    The General Manager, India Government Mint, (A Unit of SPMCIL), Wholly owned by Government of India Alipore KOLKATA - 700053.

    Contact No.___________________ dated _______________

    This in continuation to this office Notification of Award No.__________dated _______

    1. Name & address of the Supplier : ______________________________

    2. India Government Mint, Kolkata’s Tender document No. _________________ dated

    ___________ and subsequent Amendment No. _________________ dated ____________ (if any), issued by India Government Mint, Kolkata

    3. Supplier’s Tender No. __________ dated ___________ and subsequent communication(s) No. ___________ dated _____________ (if any), exchanged between the supplier and India Government Mint, Kolkata with this tender.

    4. In addition to this Contract Form, the following documents etc. which are included in the

    documents mentioned under paragraphs 2 and 3 above, shall also be deemed to form and be read and construed as part of this contract :

    (i) General Conditions of Contract; (ii) Special Conditions of Contract; (iii) List of Requirements; (iv) Technical Specifications; (v) Quality Control Requirements; (vi) Tender Form furnished by the supplier; (vii) Price Schedule(s) furnished by the supplier in its tender; (viii) Manufacturers Authorization Form (if applicable for this tender); (ix) India Government Mint, Kolkata’s Notification of Award

    Note: The words and expressions used in this contract shall have the same meaning as are respectively assigned to them in the conditions of contract referred to above. Further, the definitions and abbreviations incorporated under Clause 1 of Section II - ‘General Instructions to Tenderers’ of India Government Mint, Kolkata’s Tender document shall also apply to this contract.

    5. Some terms, conditions, stipulations etc. out of the above referred documents are reproduced below for ready reference :

    (i) Brief particulars of the goods and services which shall be supplied/provided by the supplier are as under :

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 28 of 36

    Schedule No.

    Brief description of goods/services

    Accounting unit

    Quantity to be supplied

    Unit Price (in Rs.)

    Total Price

    Any other additional services (if applicable) and cost thereof : _________

    Total value (in figure) ________ (in words)_______________________

    ii) Delivery schedule

    iii) Details of Performance Security

    iv) Quality Control

    (a) Mode(s), stage9s) and place(s) of conducting inspections and tests (b) Designation and address of India Govt. Mint’s Inspection Officer

    v) Destination and despatch instructions

    vi) Consignee, including port consignee, if any

    vii) Warranty Clause

    viii) Payment terms

    ix) Paying authority

    ……………………………….

    (Signature, name and address of India Government Mint, Kolkata’s authorized official)

    For and on behalf of……….

    Received and accepted this contract ……………………………………………………..

    (Signature, name and address of the supplier’s executive duly authorized to sign on behalf of the

    supplier)

    For and on behalf of ………………………

    (Name and address of the supplier)

    …………………….

    (Seal of the supplier)

    Date: Place:

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 29 of 36

    SECTION XVII : Letter of Authority for attending a Bid Opening

    To

    The General Manager, India Government Mint, (A Unit of SPMCIL), Wholly owned by Government of India Alipore, KOLKATA - 700053.

    Subject: Authorization for attending bid opening on ______________ in the Tender of

    ___________________________________________________.

    Following persons are hereby authorized to attend the bid opening for the tender mentioned above on

    behalf of _____________________________________________ (Bidder) in order of preference given

    below.

    Order of Preference Name Specimen Signatures

    I.

    II.

    Alternate Representative

    Signatures of bidder or

    Officer authorized to sign the bid

    Documents on behalf of the bidder.

    Note:

    1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is restricted

    to one, first preference will be allowed. Alternate representative will be permitted when regular

    representatives are not able to attend.

    2. Permission for entry to the hall where bids are opened may be refused in case authorization as

    prescribed above is not produced.

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 30 of 36

    Section XVIII: Shipping Arrangements for Liner Cargoes

    A: In Respect Of C&F Cif Turnkey/F.O.R. Contracts For Import

    1. (a) SHIPMENTS FROM PORTS OF U.K. INCLUDING NORTHERN IRELAND (ALSO EIRE), FROM THE

    NORTH CONTINENT OF EUROPE (GERMANY, HOLLAND, BELGIUM, FRANCE, NORWAY, SWEDEN,

    DENKARK, FINLAND AND PORTS ON THE CONTINENTAL SEABOARD OF THE MEDITERRANEAN (I.E.

    FRENCH AND WESTERN ITALINA PORTS), TO PORTS IN INDIA.

    The Seller should arrange shipment of the goods by vessels belonging to the member Lines of the India-Pakistan-

    Bangladesh Conference. If the Seller finds that the space on the Conference Lines‟ vessels is not available for any

    specific shipment, he should take up with India-Pakistan- Bangladesh Conference, Conferity House, East Grinstead,

    Sussex (U.K.), for providing shipping space and also inform the Shipping Co-ordination Officer, Ministry of shipping &

    Transport, New Delhi (Cable: TRANSCHART, NEW DELHI; Telex: VAHAN ND -2312, 2448 & 3104).

    The Sellers should arrange shipment through the Government of India‟s Forwarding agents, M/ s Schenker & Co. 2000- Hamburg (Cable: SCHENKERCO HAMBURG) or obtain a certificate from them to the effect that shipment has been arranged in accordance with instructions of the Ministry of Shipping & Transport ( TRANSCHART), New Delhi a) SHIPMENTS FROM ADRIATIC PORTS OF EASTERN ITALY AND YUGOSLAVIA

    The Seller should arrange shipment of the goods by vessels belonging to the following Indian Member lines;

    1. The Shipping Corporation of India Ltd.

    2. The Scandia Steam Navigation Co. Ltd.

    3. Indian Steamship Co. Ltd.

    For the purpose of ascertaining the availability of suitable Indian vessels and granting dispensation in the event of their

    non-availability, the Seller should give adequate notice about the readiness of each consignment from time to time at

    least six weeks in advance of the required position to M/s Schemer & Co. 2000 HAMBURG (Cable : SCHENKERCO

    HAMBURG) and also endorse a copy thereof to the Shipping Co-ordination Officer, Ministry of Shipping & Transport,

    New Delhi (Cable: TRANSCHART, NEW DELHI; Telex: VAHAN ND -2312, 2448 & 3104).

    The Seller should arrange shipment through the Government of India‟s Forwarding Agents, M/s Schenker & Co.,

    HAMBURG (Cable : SCHENKERCO HAMBURG) or obtain certificate from them to the effect that shipment has been

    arranged in accordance with the instructions of the Ministry of Shipping & Transport, ( TRANSCHART), New Delhi

    (c) SHIPMENTS FROM POLAND & CZECHOSLOVAKIA

    (i) IMPORTS FROM POLAND

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 31 of 36

    Shipments under this contract would be made by the National flag lines of the two parties and vessels of third flag

    conference lines, in accordance with the agreement between the Govt. of the Republic of India and the Govt. of the

    Polish People‟s Republic regarding shipping co-operation dated 27.6.1960 as amended up-to-date.

    (ii) IMPORTS FROM CZECHOSLOVAKIA

    Goods under this contract would be shipped by the National flag lines of the two parties and vessels of the third flag

    conference lines, in accordance with the Agreement on co-operation in Shipping between India and Czechoslovakia

    signed on 3.11.1978 and ratified on 19.12.1979, as amended up-to-date.

    Shipping arrangements should be made by the Sellers in consultation with the Resident Representative of the Indian

    shipping Lines in Gdynia, C/o Morska Agencja W. Gdyni, Gdyni, ul, Pulaskiego 8, P.O. Box III-10 246; Gdynia (Po–

    and) - Telex: MAG, PL. 054301, Tel: 207621), to whom details regarding contract number, nature of cargo, quantity,

    port of loading/discharging, name of Government consignee, expected date of readiness of each consignment etc.,

    should be furnished at least six weeks in advance of the required position, with a copy thereof endorsed to the

    Shipping Co-ordination Officer, Ministry of Shipping & Transport (Chartering Wing), New Delhi (Cable: TRANSCHART,

    NEW DELHI; Telex: VAHAN ND-2312, 2448 & 3104.).

    (d) SHIPMENTS FROM RUSSIA & OTHER MEMBER COUNTRIES OF C.I.S.

    Shipment under this contract should be made in accordance with the Agreement between the Government of the

    Republic of India and the Government of the Russia & other member countries of C.I.S. on Merchant Shipping, by

    vessels of Indo-C.I.S. Shipping Service.

    (e) SHIPMENT FROM JAPAN

    The shipment of goods should be made by Indian vessels to the maximum extent possible subject to a minimum of

    50%.

    The Seller should arrange shipment of the goods in consultation with the Embassy of India in Japan, Tokyo, to whom

    details regarding contract number, nature of cargo, quantity, port of loading/ discharge, name of the Govt. consignee,

    expected date of readiness of each consignment etc. should be furnished at least six weeks in advance of the required

    position.

    Note: The copies of such contracts are to be endorsed both to the Attaché (Commercial), Embassy of India in Japan,

    Tokyo, and the Shipping Co-ordination Officer, Ministry of Shipping & Transport, New D.

    (f) SHIPMENTS FROM AUSTRALIA, ALGERIA, BULGARIA, ROMANIA, EGYPT

    The Seller shall arrange shipment of the goods by Indian flag vessels to the maximum extent possible subject to a

    minimum of 50%. For the purpose of ascertaining the availability of suitable Indian vessels, the Seller shall give

    adequate notice of not less than six weeks about the readiness of each consignment to the Shipping Corporation of

    India Ltd., SHIPPING HOUSE, 245, Madame Cama Road, Bombay-400 021 (CABLE: SHIPINDIA BOMBAY) and also

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 32 of 36

    endorse a copy thereof to the Shipping Coordination Officer, Ministry of Shipping & Transports, New Delhi (Cable:

    TRANSCHART, NEW DELHI; Telex: VAHAN ND-2312, 2448 & 3.

    (g) SHIPMENTS FROM PAKISTAN

    The shipment of cargoes should be made by Indian vessels to the maximum extent possible subject to a minimum of

    50%.

    Shipping arrangements should be made by the Sellers in consultation with M/s Mogul Line Ltd. 16- Bank Street, Fort,

    Bombay-400 023 (Cable: MOGUL BOMBAY; Telex011-4049 MOGUL), to whom details regarding contract number,

    nature of cargo, quantity, port of loading/discharging, name of Government consignee, expected date of readiness of

    each consignment etc. should be furnished at least six weeks in advance of the required position with a copy thereof

    endorsed to the Shipping Co-ordination Officer, Ministry of Shipping & Transport(Chartering Wing), New Delhi (Cable :

    TRANSCHART, NEW DELHI ; Telex : VAH–N ND - 2312, 2448 & )

    (h) SHIPMENTS FROM U.S ATLANTIC & GULF PORTS

    The Seller should arrange shipment of the goods by vessels belonging to the member lines of the India-Pakistan-

    Bangladesh-Ceylon and Burma Outward Fright Conference. If the Seller finds that the space on the Conference Lines

    vessels is not available for any specific shipment, he should take up with India-Pakistan-Bangladesh-Ceylon and

    Burma Outward Fright Conference, 19, Rector Street, New York N.Y 10006 U.S.A. for providing shipping space and

    also inform the Shipping Co-ordination Officer, Ministry of Shipping & Transport, New Delhi (Cable: TRANSCHART,

    NEW DELHI; Telex: VAH–N ND - 2312, 2448 & 3.(i) SHIPMENTS FROM ST. LAWRENCE AND EASTERN

    CANADIAN PORTS

    The Seller should arrange shipment of the goods by vessels belonging to the following shipping lines:-

    (1) The Shipping Corporation of India Ltd.

    (2) The Scindia Steam Navigation Co. Ltd.

    If the Seller finds that the space in vessels of these Lines is not available for any particular consignment, he should

    inform the Shipping Co-ordination Officer, Ministry of Shipping & Transport, New Delhi (Cable : TRANSCHART, NEW

    DELHI ; Telex : VAH–N ND - 2312, 2448 & 3104) immediately so that dispensation from the shipping lines concerned

    to use alternative lifting may be so.

    (j) SHIPMENTS FROM WEST COAST PORTS OF U.S.A., CANADA AND OTHER AREAS NOT SPECIFICALLY

    MENTIONED ABOVE

    The Seller should arrange shipment of the goods by Indian vessels to the maximum extent possible subject to a

    minimum of 50%. For the purpose of ascertaining the availability of suitable Indian vessel and granting dispensation in

    the event of their non-availability, the Seller should furnish the details regarding contract number, nature of cargo,

    quantity, port of loading/discharge, name of the Govt. consignee and expected date of readiness of each consignment

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 33 of 36

    etc. to the Shipping Coordination Officer, Ministry of Shipping & Transport, New Delhi (Cable : TRANSCHART, NEW

    DELHI : Telex : VA–ANND - 2312, 2448 & 3104) at least six weeks in advance of the required position.

    2.0 BILL OF LADING

    (i) C.I.F./C&F TURNKEY SHIPMENTS

    The Bill of lading should be drawn to indicate “Shipper” and “Consignee” as under:-

    SHIPPER: The C.I.F./C&F/TURNKEY SUPPLIERS concerned.

    CONSIGNEE: As per Consignee‟s particulars in the contract (The name and address of the “Port Consignee” and

    “Ultimate Consignee” both should be indicated).

    (ii) F.O.R. SHIPMENTS

    The bill of lading should be drawn to indicate “Shipper” and “Consignee” as under: - SHIPPER: The F.O.R. suppliers

    concerned. CONSIGNEE: Suppliers‟ Indian Agents on order.

    Note:-

    1. Moreover the name of the “Purchaser” and “Ultimate Consignee” should appear in the body of the Bill of lading as

    the “Notify Part” or as a remark.

    2. Two non-negotiable copies of the Bill of lading indicating the freight amount and discount, if any allowed, should be

    forwarded to the Shipping Co-ordination Officer, Ministry of Shipping and Transport (Chartering Wing), New Delhi after

    the Shipment of each consignment is affected.

    3. The seller should avoid the use of over-aged vessels for the shipment of the goods under the contract and if so

    used, the cost of additional insurance, if any, shall be borne by the Seller.

    B: In Respect Of F.O.B./ F.A.S Contracts For Imports 1. Shipping arrangements will be made by the Ministry of Shipping and Transport (Chartering Wing), New Delhi (Cable:

    TRANSCHART, NEW DELHI: Telex: VA–ANND - 2312, 2448 & 3104) through their respective Forwarding

    Agents/Nominees as mentioned below, to whom adequate notice about the readiness of cargo for shipment should be

    given by the Sellers from time to time at least six weeks in advance of the required position for finalizing the shipping

    arrangements

    Area Forwarding Agents/Nominees

    (a) U.K. including Northern Ireland (also Eire) the

    North Continent of Europe (Germany, Holland,

    Belgium, France, Norway, Sweden, Finland and

    Denmark) and Ports on the Continental Sea Board

    M/s Schenker Deutschland AG,

    Bel den Muehren 5

    20457 Hamburg , Germany

    Telephone No. +49 40 36135-351

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 34 of 36

    of the Mediterranean, (i.e. French and Western

    Italian ports) and also Adriatic Ports.

    Fax No : +49 40 36135-509

    E-mail- kay.buedinger@schenker

    (b) U.S.A and Canada

    M/s OPT, Overseas Project, Transport Inc., 46,

    Sellers Street, Kearny, N.J. 07032,USA Tel :

    201/998-7771

    Tel : 573-3586

    Fax : 201/998-78

    (c) Japan

    The First Secretary (Commercial)

    Embassy of India, Tokyo, Japan,

    (Cable : INDEMBASSY TOKYO)

    Telex : INDEMBASSY J 24850,

    Telephone – 262 - 2391

    (d) Australia, Algeria, Bulgaria, Romania,

    Czechoslovakia, Egypt.

    The Shipping Corporation of India Ltd.,

    „Shipping House‟ 229/232 Madame Cama

    Road, Bombay - 400021

    (Cable : SHIP INDIA BOMBAY)

    Telex : 31-2209 SCID IN

    Telephone: 232666, 232785.

    (e) Russia & other member countries of C.I.S.

    The Secretaries, Indo-C.I.S. Shipping Service,

    C/o The Shipping Corporation of India Ltd.,

    „Shipping House‟ 245, Madame Cama Road,

    Bombay - 400021. (Cable : SHIP INDIA

    BOMBAY FOR SOVIND SHIP) Telex : 31-2209

    SCID IN

    Telephone : 23

    (f) Poland

    The Secretaries, Indo-Polish Shipping Service,

    C/o The Shipping Corporation of India Ltd.,

    „Shipping House‟ 245, Madame Cama Road,

    Bombay - 400021. (Cable : SHIP INDIA

    BOMBAY FOR INDOPOL) Telex : 31-2209

    SCID IN Telephone : 23

    (g) Pakistan

    The Mogul-Line Ltd., 16, Bank Street,

    Fort Bombay - 400023 (Cable : MOGUL

    BOMBAY)

    Telex : 011-4049 (MOGUL)

    Telephone : 252785 II

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 35 of 36

    (h) Other areas not specifically mentioned above

    The Shipping Co-ordination Officer,

    Ministry of Shipping and Transport, (Chartering

    Wing), New Delhi. (Cable : TRANSCHART,

    NEW DELHI)

    Telex : VAHAN ND 2312,2448 & 3104

    2. BILL OF LADING

    The Bill of lading should be drawn to indicate „Shipper‟ and „Consignee‟ as under:-

    SHIPPER: The Government of India.

    CONSIGNEE: “As per consignee‟s particulars in the contract. (The name and address of the „Port Consignee‟ and

    „Ultimate Consignee‟ should both be indicated.)

    3. Two non-negotiable copies of the Bill of lading indicating the freight amount and discount, if any allowed, should be

    forwarded to the Shipping Co-ordination Officer, Ministry of Shipping and Transport (Chartering Wing), Parivahan

    Bhawan, New Delhi after the Shipment of each consignment is effected.

    4. The Seller should avoid the use of over-aged vessels for the shipment of the goods under the contract and if so used, the cost of additional insurance, if any, shall be borne by the Seller.

  • 54/GT-069(17-18) Dt. 28.10.2017

    Page 36 of 36

    SECTION XIX: Proforma of Bills for payments (Refer Clause 22.6 of GCC)

    Name and address of the firm……………………………………………… Bill No. ……………………………… dated…………………………………. Purchase order…………………………. No……………….. Dated………… Name and Address of the Consignee………………………………………..

    S. no. Authority for Purchase

    Description of Stores

    Number of Quantity

    Rate Rs. p.

    Price per Rs. p.

    Amount

    total

    1. G.S.T amount 2. Freight (if applicable) 3. Packing and forwarding charges (if applicable) 4. Others (please specify) 5. (-) deduction/ Discount 6. Net amount payable (in words Rs.) Despatch detail RR No. other proof of despatch…………………………………………….. Dated ………………………………………………. (enclosed) Inspection Certificate No............................................Dated..................(enclosed) Income Tax Clearance Certificate No...........................Dated..................(enclosed) Place and Date Received Rs..............................(Rupees)......................................................... I hereby certify that the payment being claimed is strictly in terms of the contract and all the obligations on the part of the supplier for claiming that payment has been fulfilled as required under the contract.

    Revenue Stamp Signature and Stamp of supplier