You are on page 1of 28

1

Telephone: 22751632

Reply should be address to Fleet Maintenance Unit
The Officer-in-Charge Naval Dockyard
Mumbai - 400 001

Quoting: FMU/344/RRC/FBB 500 19 May 14

M/s ---------------------------------------
--------------------------------------------
--------------------------------------------
--------------------------------------------

TENDER ENQUIRY FOR REPAIR RATE CONTRACT FOR
FLEET BROADBAND TERMINALS ON BOARD IN SHIPS

Dear Sir,

1. The Fleet Maintenance Unit has a requirement to off-load repairs of Fleet Broadband
Terminals on board IN ships through Repair Rate Contract. The scope of work and terms
and conditions of the tender are enumerated in the subsequent paragraphs of TE.

2. This Tender Enquiry is being issued with no financial commitment and the customer
reserves the right to change or vary any part thereof at any stage. Customer also reserves
the right to withdraw the Tender Enquiry, should it become necessary at any stage.

PART I- GENERAL INFORMATION
3. Last Date and Time for Depositing the Bids: The Technical and Commercial
offers, in separately sealed envelopes are to be submitted to this office on or before 1200
Hrs on 09 Jun 14.

4. Manner of Depositing the Bids: Tenders are to be submitted as two separate
sealed bids viz. the Technical bid (T Bid) and the Quotation bid (Q Bid). Tenders may be
submitted through Speed Post, but will not be accepted through private couriers / fax / e-
mail or by hand. This Unit will not be responsible for offers, which are not received in time
or lost due to postal negligence. Tenders received late shall be out rightly rejected. The
Technical and Commercial offer should be submitted on the due dates on the firms letter
head in separate double sealed envelopes clearly marked QUOTATION FOR RRC FOR
FLEET BROADBAND TERMINALS ONBOARD IN SHIPS. The T and Q bid should be
submitted on the FIRMs letter head in sealed envelopes individually super scribing T bid/ Q
bid clearly. Cost of Tender Document will be Rs. 100/- (non refundable) in the form of a
bank guarantee/DD/FD/Banker cheque (not personal cheque) in favour of The PCDA (Navy),
Mumbai and the same is to be submitted along with the T-Bid.

5. Time and Date for opening of Bids: The bids will be opened on or before
1500 Hrs on 09 Jun 14. 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 this unit.




2
6. Location of the Tender Box:-
Naval Dockyard (MB)
Inside Muster Gate (Near Lion Gate)
Mumbai 400023
(Tender box marked as FMU)
Only those bids are found in the tender box will be opened. Bids dropped in the wrong
Tender Box will be rendered invalid.
7. Place of Opening the Bids: The T & Q bids will be opened in the office of
Sr. Manager (Projects), FMU (MB). The bidder may depute their representatives duly
authorized in writing, to attend the opening of bids on the due date and time. TNC/PNC
meeting, if required will be scheduled subsequently and date will be intimated to the firm.

8. Two-Bid System. Only the Technical Bid would be opened on the time and
date mentioned above. Date of opening of the Commercial Bid will be intimated after
acceptance of the Technical Bids. Commercial Bid will be opened only when Technical Bid is
found compliant/suitable after Technical evaluation is done by the CUSTOMER.

9. Forwarding of Bids. Bids should be forwarded by the FIRM under his
original memo / letter pad furnishing details like TIN number, VAT/CST number, bank
address with EFT account if applicable, etc and complete postal & e-mail address of
their office.
(a) T-Bid. The T bid should confirm to the following for validity:-
(i) Companys profile indicating past experience/ performance in
the present field of activity, certifications held, list of CLIENTs, facilities
held etc.
(ii) Availability of trained/ skilled manpower and workshop/ lab
facility/ infrastructure is to be indicated.
(iii) Duly completed compliance grid as per Enclosure 2.
(iv) Documentary proof of the eligibility criteria as per Para 21 below
viz. photocopies of the registration certificate, proof of annual turnover,
copies of order, any other documentary evidence.
(v) Tender document cost.
(vi) EMD
(b) Q-Bid. The Q bid should be exactly as per the format for quotation
given at Enclosure 3 & 5 to this TE for validity. It is also required to be
submitted in soft copy, MS Excel sheet (CD in a sealed cover inside the envelope
containing Q-Bid).

10. Clarification Regarding Contents of TE. A prospective FIRM who requires
clarification regarding the contents of the bidding documents shall notify to the CUSTOMER
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 will be sent to all prospective
FIRMs who have received the bidding documents.


3
11. Modification and Withdrawal of Bids. FIRM may modify or withdraw its bid
after submission provided that the written notice of modification or withdrawal is received by
the CUSTOMER 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 CUSTOMER 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
FIRMs forfeiture of bid security.

12. Clarification Regarding Contents of the Bids. During evaluation and
comparison of bids, the CUSTOMER may, at its discretion, ask the CONTRACTOR 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 CONTRACTOR will be entertained.

13. Right of Acceptance or Rejection of Tender: Canvassing by the FIRM in any
form, unsolicited letter, conditional tender and post tender correction may invoke summary
rejection. The Competent Financial Authority i.e. Officer-in-Charge, FMU (MB) reserves the
right to accept or reject the tender without assigning any reasons whatsoever.

14. Unwillingness to Quote: Unwillingness to quote should be intimated to this
office before the due date failing which the FIRM may be deleted for the given range of
items as mentioned in the TE.

15. Instruction for Filling the Price Bids.
(a) Prices quoted by the FIRMs should be precise and unambiguous. Rate
per unit is to be quoted individually as per scope of work at Enclosure 3 & 5.
(b) FIRM is to quote for all categories as mentioned in the scope work. Any
price column in enclosure if left blank/NA/ any figure other than the amount in
Rupees shall invite rejection of the quote. If a particular service or spares is
not being charged, a figure of 0 is to be entered.
(c) The taxes as applicable have to be indicated for each at the end of the
price bid.
(d) No overwriting/scribbling/amendments are permitted in the price bids.
(e) The FIRMs may obtain a soft copy of the enclosure from this unit/type
on their own for preparing the price bids as per the format given.

16. Validity of Offer: The FIRMs offer should be valid for a period of 120 days from
the date of opening of tender.

17. Earnest Money Deposit. FIRMs are required to submit Earnest Money
Deposit (EMD) for amount of Rs. 1, 10, 000.00 (Rupees One Lakh Ten Thousand
Only) along with their bids. The EMD may be submitted in the form of an Account
Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee
from any of the public sector banks or a private sector bank authorized to conduct
government business as per Form DPM-13 (Available in MoD website and can be
provided on request). EMD is to remain valid for a period of 45 (Forty Five) days

4
beyond the final bid validity period. EMD of the unsuccessful FIRMs will be returned
to them at the earliest after expiry of the final bid validity and latest on or before the
30
th
day after the award of the contract. The Bid Security of the successful FIRM
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 FIRMs who are registered with the Central Purchase Organization (e.g.
DGS&D), National Small Industries Corporation (NSIC) or any Department of MoD or
MoD itself. The EMD will be forfeited if the FIRM withdraws or amends impairs or
derogates from the tender in any respect within the validity period of their tender.
PART II - ESSENTIAL DETAILS OF SERVICES REQUIRED
18. Scope of Work. The scope of work is listed out at Enclosures. You are required
to quote price for the list of spares at Enclosure 3 and repairing charges as per Enclosure
5. All the spares required for any of the repair activities will be charged at actual as per the
agreed prices of Enclosure 3.

19. Mandatory Requirement. The following are the requirement for undertaking the
rate contract:-
(a) Manpower. The FIRM has to provide competent/skilled manpower for
undertaking repair jobs onboard IN ships. All the tools and instruments required for
repairs will be provided by the FIRM.
(b) Workshop and Machinery. The FIRM is required to have necessary
infrastructure for undertaking all kinds of jobs as listed at Enclosure 3 & 5.
(c) Stocking of the Material. All spares, requisite tools and test
equipments required for the repairs & satisfactory trials shall be provided by
the FIRM. The FIRM has to necessarily maintain stock of fast moving spares
to undertake repairs without any time delay. The lists of mandatory spares
are placed at Enclosure 4. The FIRM has to use genuine spares and
conformity certificate for the same has to be submitted as and when sought
by this office. This unit reserves the right to inspect the procurement
vouchers for the spares.

20. General Conditions.
(a) The safety and security of men and the equipment shall be the responsibility
of the FIRM.
(b) Personnel employed by the FIRM must be sufficiently skilled to undertake
specific jobs. They should have adequate awareness with regard to quality of work
and safety.
(c) This Unit may depute team to inspect FIRMs site to assess their Technical
competency with respect to availability of infrastructure, laboratory facilities and
skilled work force.

21. Eligibility Criteria.
(a) The FIRM must have an average annual turnover of Rs. 6.60 Lakh at
any time during last three years.

5
(b) The FIRM must have undertaken a collective order/ Rate contract as
follows:-
(i) Three similar completed works costing collectively not less than
Rs. 8.80 Lakh.
Or
(ii) Two similar completed works costing collectively not less than
Rs. 11.00 Lakh.
Or
(iii) One completed works costing not less than Rs. 17.60 Lakh in
similar field any time during the last seven years with reputed Govt /
private organizations.
(c) The FIRM must be registered with Defence Establishment/ Reputed
organization for similar jobs.
(d) Proof of the above mentioned is required to be submitted along with T Bid.

22. Methodology for the Contract.
(a) The FIRM shall undertake repairs of FBB 500 Terminals based on
individual Work Orders issued by CUSTOMER. The FIRM will depute its
representative onboard concerned ships with in 24 Hours of firm intimation to assess
the scope of work. After joint assessment, the CUSTOMER will then formally request
the FIRM to undertake the appropriate scope of work as bought out at Enclosure 3
along with the spares/materials.
(b) Bills will be processed on progressive basis based on the work completion in
accordance with the work orders issued by CUSTOMER.

23. Minimum Wages Act. The wages payable to the labourers should not be less
than the minimum wages promulgated by the Government authorities as on the date of bid
opening, failing which the bids will be rejected.

24. Spares required for Services. The FIRM has to cater for requirement of all
spares required to undertake the overhaul/ repair. All spare parts used have to be
necessarily of original OEM make and necessary documents to confirm the same are to be
submitted after repairs. The requisite tools and equipments required for work at site shall be
bought by your FIRM at own cost.

25. Transportation and Material Handling. As and when any equipment are
required to be taken to the FIRMs workshop for undertaking repairs, which are not feasible
at the CUSTOMERs place, the FIRM is to arrange for transportation of the equipment to and
from their premises at own cost with prior permission.

26. Gate Pass. Unescorted entry passes for Naval Dockyard, Mumbai will be issued
for three personnel and one vehicle (car / tempo) with respective drivers as nominated by
FIRM for ease of entry and exit through Lion Gate / Tiger Gate. The FIRM will be required to
furnish the necessary police verification certificates and others documents in respect of its
personnel and vehicles within 10 days from the time of signing the contract. These passes
shall be valid for the period of Contract and for a further period of 01 month to complete the
ongoing jobs. Gate pass will be issued by the concerned ship, in quadruplicate, for

6
collection/delivery of items, as and when applicable. The same should be endorsed on
reverse by duty JCO at Lion Gate / Tiger Gate at the time of taking the item out of and
bringing it back into Naval Dockyard for maintaining proof of dispatch and receipt. The FIRM
shall be required to submit one copy of this gate pass along with the bill to the CUSTOMER.

27. Incidental Jobs/ Damages.

(a) During the course of work any equipment and materials removed from the
ship/ barge shall be returned/ refitted back. In the event of existing piping, trunking,
equipment wiring etc must be temporarily removed to facilitate repair work onboard,
the FIRM shall subsequently reinstall in as original condition to the satisfaction of
the CUSTOMER. The FIRM shall be responsible for the proper functioning of such
rework items/systems.

(b) The FIRM is to bring inside naval premises items required for the jobs as per
the scope of work, in only required quantities. Security & safe custody of material
inside ND (MB) will be responsibility of the FIRM. The FIRM is not to dump items
required for the job at any place on the jetty without obtaining prior written
permission of CUSTOMER. Such permission will ordinarily be granted only for a short
duration (24 hours) to enable arrangement to be made for the transportation of the
scrap and debris. The security and safe custody of materials inside Naval
Dockyard premises will be the responsibility of the FIRM.
(c) The FIRM is liable to pay for any damage/ loss that may be caused to the
state property on account of negligence of his staff.

28. Stages of Inspection / Trials.
(a) Inspections.
(i) Final acceptance of the FBB 500 Terminals post repairs shall be after
fitment & successful proving of the terminal onboard ship.
(ii) No delay in work completion will be attributable to inspection delays.
(iii) Spares used for repairs are to be on record and should be feasible to
identify through the FIRMs own part number.
(iv) This unit reserves the right to check procurement vouchers for
material procured by the FIRM.
(b) Acceptance/Job Completion Certificate. On completion of
successful trials/inspection onboard respective ships in harbour, a job completion
certificate will be issued by the concerned ship/FMU (MB) to the FIRM not exceeding
15 days from the date of completion of work.
(c) Defects During Inspection. Defects, if any, observed during the
trials/inspection shall be rectified by the FIRM free of cost and the trials/inspection
shall be repeated up to successful trials.
29. Time Frame to Complete Work.
(a) The repairs shall be attended within 24 hours of intimation of occurrence of
the break-down and the time frame for completing the repairs and diagnosis will be
maximum 03 days. The firm shall abide by this time frame.
(b) The firm would also be called upon to work on urgent repairs on any day
of week / during off working hours.

7
30. Quality Assurance.
(a) The quality of workmanship and finish of the equipment including materials /
spares etc during and after the repair shall conform to the BIS / ISI standards.
(b) All Quality Assurance Inspection / test shall be undertaken by ships staff.
The QAP for spares will be as per the FIRMs norms. All material used including
consumables should confirm to BIS / ISI standards.
(c) Assurance of quality of service/ spares is the responsibility of the FIRM and
the FIRM is to indicate exclusively and submit proof of quality assurance, norms
being followed.

31. Two-Bid System. FIRM is required to furnish clause by clause compliance of
specifications bringing out clearly the deviations from specification, if any. The FIRM is to
submit the compliance statement as per format at Enclosure 2.

32. Consignee details. The FIRM is to forward complete consignee details whenever
asked by the CUSTOMER.

33. The FIRMS are required to furnish clause by clause compliance of specifications
bringing out clearly the deviations from specification, if any. The FIRM is requested to
forward their compliance statement in their T-Bid for all the serials at Enclosure 2 and all
clauses to the Tender Enquiry.

PART III - STANDARD CONDITIONS OF RFP

34. The FIRM is required to give confirmation of their acceptance of the Standard
Conditions of the Contract which will automatically be considered as part of the Contract
concluded with the successful FIRM (i.e. FIRM in the Contract) as selected by the
CUSTOMER. Failure to do so may result in rejection of the Bid submitted by the FIRM. The
Standard Conditions of Contract are enumerated in succeeding paragraphs.

35. Law. The Contract shall be considered and made in accordance with the laws of
the Republic of India. The Contract shall be governed by and interpreted in accordance with
the laws of the Republic of India.

36. 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.

37. 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 performance, which cannot be settled
amicably, may be resolved through arbitration. In case of arbitration with the FIRM and this
unit on any issue, the final decision would be that of the Flag Officer Commanding-in-Chief,
Western Naval Command. The standard clause of arbitration is as per forms DPM-7, DPM-8
& DPM-9(available in MOD website & can be provided on request).
The arbitration will be governed by following:-


8
(a) All disputes or differences arising out of or in connection with the present
contract including the one connected with the validity of the present contract or any
part thereof should be settled by bilateral discussions.
(b) Any dispute, disagreement of question arising out of or relating to this
contract or relating to construction or performance (except as to any matter the
decision or determination whereof is provided for by these conditions), which cannot
be settled amicably, shall within sixty (60) days or such longer period as may be
mutually agreed upon, from the date on which either party informs the other in
writing by a notice that such dispute, disagreement or question exists, will be
referred to a sole Arbitrator.
(c) Within sixty (60) days of the receipt of the said notice, an arbitrator shall be
nominated in writing by the authority agreed upon by the parties.
(d) The sole Arbitrator shall have its seat in New Delhi or such other place in
India as may be mutually agreed to between the parties.
(e) The arbitration proceedings shall be conducted under the Indian Arbitration
and Conciliation Act, 1996 and the award of such Arbitration Tribunal shall be
enforceable in Indian Courts only.
(f) Each party shall bear its own cost of preparing and presenting its case. The
cost of arbitration including the fees and expenses shall be shared equally by the
parties, unless otherwise awarded by the sole arbitrator.
(g) The parties shall continue to perform their respective obligations under this
contract during the pendency of the arbitration proceedings except in so far as such
obligations are the subject matter of the said arbitration proceedings.
(Note - In the event of the parties deciding to refer the dispute/s for adjudication to
an Arbitral Tribunal then one arbitrator each will be appointed by each party and the
case will be referred to the Indian Council of Arbitration (ICADR) for nomination of
the third arbitrator. The fees of the arbitrator appointed by the parties shall be borne
by each party and the fees of the third arbitrator, if appointed, shall be equally
shared by the CUSTOMER and the FIRM).

38. Penalty for Use of Undue Influence. The FIRM undertakes by bidding for
the Tender Enquiry, 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 CUSTOMER 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 FIRM or any
one employed by him or acting on his behalf (whether with or without the knowledge of the
FIRM) or the commission of any offers by the FIRM 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 CUSTOMER to cancel the contract and all or any other contracts with the FIRM and
recover from the FIRM the amount of any loss arising from such cancellation. A decision of
the CUSTOMER or his nominee to the effect that a breach of the undertaking had been
committed shall be final and binding on the FIRM. Giving or offering of any gift, bribe or
inducement or any attempt at any such act on behalf of the FIRM towards any
officer/employee of the CUSTOMER or to any other person in a position to influence any
officer/employee of the CUSTOMER for showing any favour in relation to this or any other

9
contract, shall render the FIRM to such liability/ penalty as the CUSTOMER 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 CUSTOMER.

39. Agents/Agency Commission. The FIRM confirms and declares to the
CUSTOMER that the FIRM is the original manufacturer 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 FIRM; 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 FIRM agrees that if it is established at any time to the satisfaction of
the CUSTOMER that the present declaration is in any way incorrect or if at a later stage it is
discovered by the CUSTOMER that the FIRM 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
FIRM will be liable to refund that amount to the CUSTOMER. The FIRM will also be debarred
from entering into any Contract with the Government of India for a minimum period of Five
years. The CUSTOMER will also have a right to consider cancellation of the Contract either
wholly or in part, without any entitlement or compensation to the FIRM who shall in such an
event is liable to refund all payments made by the CUSTOMER in terms of the Contract
along with interest at the rate of 2% per annum above LIBOR rate. The CUSTOMER will also
have the right to recover any such amount from any contracts concluded earlier with the
Government of India.

40. Access to Books of Accounts In case it is found to the satisfaction of the
CUSTOMER that the FIRM 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 FIRM, on a specific request of the CUSTOMER,
shall provide necessary information/ inspection of the relevant financial
documents/information

41. Liquidated Damages. If the FIRM fails to complete any work offloaded as per
stipulated timeframe laid down in accordance with the Rate Contract, the FIRM shall pay to
Navy @ 0.5% per week of contracted amount per job subject to a maximum of 10% on
each job that is delivered late. In case a rework arises within one week of successful trials,
the date of initial offloading will be taken into account while levying the LD charges.

42. Non-disclosure of Contract Documents. Except with the written consent of
the one party, the other party shall not disclose the contract or any provision, specification,
plan, design, pattern, sample or information thereof to any third party.

43. 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 email or
registered pre-paid mail/airmail, addressed to the last known address of the party to whom
it is sent.

44. Premature Termination of Contract. A contract may be terminated in the
following circumstances:-
(a) When the FIRM fails to honor any part of the contract including failure to
deliver the contracted stores/render services in time.

10
(b) When the FIRM 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.
(c) When both parties mutually agree to terminate the contract.
(d) When the item offered by the FIRM repeatedly fails in the inspection and/or
the supplier is not in a position to either rectify the defects or offer items conforming
to the contracted quality standards.
(e) Any special circumstances, which must be recorded to justify the cancellation
or termination of a contract.

(f) The delivery of the material is delayed for causes not attributable to Force
Majeure for more than (01 month) after the scheduled date of delivery.

(g) The FIRM is declared bankrupt or becomes insolvent.

(h) The delivery of material is delayed due to causes of Force Majeure by more
than (02 months) provided Force Majeure clause is included in contract.

(j) The CUSTOMER has noticed that the FIRM has utilized the services of any
Indian/Foreign agent in getting this contract and paid any commission to such
individual/company etc.
(k) As per decision of the Arbitration Tribunal.

45. 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
without prior consent in written from FMU(MB).

(a) The FIRM may subcontract any part of Scope of Work on mutual agreement
with the CUSTOMER. The FIRM can under no circumstance sub-contract the
complete Scope of Work to a Third Party.

(b) The FIRM would be entirely responsible for quality / standard and timely
execution of the sub-contracted work. The FIRM is to draw up a suitable Quality
Assurance (QA) Plan with the Sub- Contractor and a copy of the same along with
Record of Inspection in accordance with such QA Plan shall be submitted to the
CUSTOMER.

(c) The supervision of work for the sub-contracted jobs is to be done by the
FIRM. The FIRM is not permitted to seek any extension of Completion Date citing
delay on the part of Sub- Contractors or re-work arising out of Sub-Contracted work.

46. 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 FMU(MB) 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

11
aggregates irrespective of the fact of infringement of the supplies, irrespective of the fact of
infringement of any or all the rights mentioned above.

47. 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.


48. 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 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 inclusive 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 up to
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 Supply Order
terms shall be allowed to the extent of actual quantum of such
duty/tax paid by the supplier. 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.

12

(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. (i) Triplicate copy of the bill of entry; (ii)
copy of bill oflading; (iii) a copy of foreign principals invoice.
However, if the Bidder imports the stores in question against his own
commercial quota Import License, 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 Supply Order
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
Manufacturers 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 Supply Order, 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 Supply Order. 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

13
against the Supply Order or any other pending Government Supply
Order 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.

(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 Sellers
outstanding bills against that particular Supply Order or any
other pending Government Supply Orders and that no dispute
on this account would be raised by the Seller.

iv. Unless otherwise specifically agreed to in terms of the Supply
Order, 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 Supply Ordered
stores taking place during the pendency of the Supply Order.

(d) Sales Tax / VAT

i. If it is desired by the Bidder to ask for Sales tax / VAT to be
paid as extra, the same must be specifically stated. In the absence of
any such stipulation in the bid, it will be presumed that the prices
quoted by the Bidder are inclusive of sales tax and no liability of sales
tax will be developed upon the Buyer.

ii. 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

14
transaction of sale is legally liable to sales tax and the same is payable
as per the terms of the Supply Order.

(e) Octroi Duty & Local Taxes

i. Normally, materials to be supplied to Government
Departments against Government Supply Orders 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 authorised officer. Seller should ensure that stores
ordered against Supply Orders 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.

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.

PART IV - SPECIAL CONDITIONS

49. Performance Bond/ Bank Guarantee/ Security Deposit. The FIRM shall
submit a Performance Bank Guarantee (PBG) for 10 % of the total estimated value of the
contract in favour of The President of India issued by a public sector bank or a private
sector bank authorized to conduct government business (ICICI Bank Ltd, Axis Bank Ltd or
HDFC Bank Ltd) in the prescribed format as per enclosure 7 of tender enquiry within 10 days
from the date of contract/issue of work order. The PBG should remain valid for a period of
sixty days beyond the date of completion of contractual obligations/warranty. The BG will be
returned to the firm on successful completion of all his obligations under the contract/work
order. In case the execution of the contract/work order is delayed beyond the contracted
period and the purchaser grants extension of delivery period, with or without LD, the FIRM
must get the BG revalidated, if not already valid.

50. Option Clause. The contract will have an Option Clause, wherein the CUSTOMER
can exercise an option to procure an additional 50% of the original contracted quantity in
accordance with the same terms & conditions of the present contract. This will be applicable
within the currency of contract. The FIRM is to confirm the acceptance of the same for
inclusion in the contract. It will be entirely the discretion of the CUSTOMER to exercise this
option or not.

51. Repeat Order Clause. This contract has a Repeat Order Clause, wherein the
CUSTOMER can order upto 50% quantity of the items / services under the present contract
within six months from the date of successful completion of this contract, cost, terms &
conditions remaining the same. It will be entirely the discretion of CUSTOMER to place the
Repeat order or not.

15

52. Tolerance Clause. To take care of any change in the requirement during the
period starting from issue of Tender Enquiry till placement of the supply/work order,
CUSTOMER reserves the right to 50% plus/minus increase or decrease the quantity of the
required goods/ services up to that limit without any change in the terms & conditions and
prices quoted by the FIRM. While awarding the contract, the quantity/services ordered may
be increased or decreased by the CUSTOMER within this tolerance limit.

53. Payment. The payment of bills for work completed will be through PCDA (Navy),
Mumbai. No advance payment will be made. The FIRM has to provide PAN No. and
Bankers Name / Bank account no. along with MICR code for ECS payment on the
bill. It is mandatory for the FIRM 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. 100% payment will be made on completion of the work and
acceptance by the CUSTOMER.

54. Paying Authority. The payment of bills will be made by PCDA (Navy) after
submission of the following documents by the FIRM to CUSTOMER:
(a) Ink-signed copy of Commercial invoice / FIRMs bill
(b) A work completion certificate from FMU (MB)/Ship.
(c) Performance Bank Guarantee / Warranty certificate.
(d) Details for electronic payment viz Account holders name, Bank name, Branch
name and address, Account type, Account number, IFSC code, MICR code (if these
details are not incorporated in contract).
(e) The receipt of all old defective spares that are replaced during the course of
servicing and returned by the FIRM to concerned ship.

55. Fall Clause. The following Fall clause will form part of the contract placed on
successful FIRM:-
(a) The price charged for the stores supplied/ services under the contract by the
FIRM shall in no event exceed the lowest prices at which the FIRM sells the
stores/services or offer to sell stores of identical description to any
persons/Organization 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 supply/Work Orders placed during the currency of the rate
contract is completed.
(b) If at any time, during the said period the FIRM reduces the sale price, sells or
offer to sell such stores/services to any person/organization including the CUSTOMER
or any Dept, of Central Govt. or any Department of the State Government or 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, the 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/services of such reduction of
sale or offer of the sale shall stand correspondingly reduced.

56. Risk and Cost. In event of the FIRM failing to honor contractual obligation within
stipulated period risk offloading of tests will be invoked by the Navy at the expense to the

16
FIRM. Whenever, the risk off loading is resorted to the FIRM is liable to pay the additional
amount spent by the Navy.



57. 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.

58. Period of Rate Contract: The RC to be concluded under this order shall be valid
for a period of 12 Months, from the date of conclusion of the contract and may be
extended to two years on same rate, terms & condition.

59. Guarantee/Warranty. The repairs of FBB 500 Terminals fitted onboard various
IN Ships repaired by the FIRM should be guaranteed for any defective workmanship or
materials / spares as indicated in the scope of work for a period of 06 months from the
date of completion of repairs. Residual warranty period will be considered for warranty
replacement spares. All re-work and additional expenditure arising out of poor workmanship
will be the liability of the FIRM. Any incidental cost such as transportation etc for guarantee
repairs will be borne by the FIRM during the guarantee period.







17
PART V EVALUATION CRITERIA AND PRICE BID ISSUES

60. The Broad Guidelines for Evaluation of Bids.

(a) Only those Bids will be evaluated which are found to be fulfilling all the
eligibility and qualifying requirements of the tender Enquiry, both technically and
commercially.

(b) In respect of Two-Bid system, the technical Bid forwarded by the FIRM will be
evaluated by the CUSTOMER with reference to the technical characteristics of the
equipment as mentioned in the TE. The compliance of Technical Bids would be
determined on the basis of the parameters specified in the TE. The Price Bid will be
opened only when Technical Bid would clear the technical evaluation.

(c) 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.

(d) The FIRM is required to spell out the rates of Customs duty, Excise duty,
VAT, Service Tax, etc in unambiguous terms; otherwise the offer will be loaded with
the maximum rates of duties and taxes for the purpose of comparison of prices. If
reimbursement of Customs duty / Excise Duty / VAT is intended as extra, over the
quoted prices, the FIRM 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 duties will be entrained after the opening of tenders. If a FIRM
chooses to quote a price inclusive of any duty and does not confirm inclusive of such
duty so included is firm and final, he should clearly indicate the rate of such duty and
quantum of excise duty included in the price. Failure to do so may result in ignoring
of such offers summarily. If a FIRM is exempted from payment of Customs duty
/Excise Duty / VAT duty upto any value of supplies from them, they should clearly
state that no excise duty 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 Customs
duty / Excise Duty / VAT, it should be brought out clearly. Stipulations like, excise
duty 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 FIRM that
excise duty will not be charged by him even if the same becomes applicable later on.
In respect of the FIRM who fail to comply with this requirement, their quoted prices
shall be loaded with the quantum of excise duty which is normally applicable on the
item. The same logic applies to Customs duty and VAT also.

(e) The Board of Officers evaluating the technical bids may call for additional
documents, site visits, presentation etc in support of the facts and figures provided
by the FIRM in the technical bids. FIRM not cooperating in the bid evaluation or
failing to produce the additional documents etc as required by the Technical
committee will be rejected.

(f) Prices quoted by the FIRM should be precise and unambiguous. Rate per unit
is to be quoted individually as per format for submission of Q bid at Enclosure 3 &
5 Clarifications, if any, may be obtained from this office prior to submission of
tender.


18
(g) FIRM is to quote for all categories mentioned in the Q bid submission
format. Any price column in Enclosure 3 & 5 if left blank/ NA/ any figure other
than amount in Rupees shall invite rejection of the quote.
(h) The taxes and out station charges if and as applicable have to be indicated
for each.
(j) CUSTOMER may depute team to inspect FIRMs site to assess their Technical
competency with respect to availability of infrastructure, laboratory facilities and
skilled work force.
(k) No overwriting/scribbling/amendments are permitted in the price bids.

61. Price Bid Format: The rates for services & spares are to be quoted as per Encl. 4
& 5. CONTRACTORs are required to forwarded 'Q' bid with following details if applicable.

(a) Basic cost of the item/items (b) Accessories
(c) Installation / Commissioning charges (d) Training
(e) Technical literature (f) Tools
(g) AMC with spares (h) AMC without spares
(j) Any other item

(k) Is Excise Duty extra? If yes, 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

(l) Is Excise Duty Exemption (EDE) required?

(m) Excise notification number under which EDE can be given

(n) Is VAT extra? If yes, then mention the following:-
(i) Total value on which VAT is leviable
(ii) Rate of VAT:
(iii) Total value of VAT leviable

(p) Service tax will be exempted in accordance with GoI, Ministry of Finance
notification No. 31/2010-Service Tax dated 22 Jun 10 for jobs undertaken on board
ship / in the port area. However if FIRM intends to quote service tax, the charges will
be included while preparing Comparative Statement of Tender post opening of Q bid.
If Service Tax is being quoted as extra then 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

(q) Is Custom Duty Exemption (CDE) required? If yes, then mention the
following:
(i) Custom notification number under which CDE can be given (Enclose a
copy)
(ii) CIF value of stores to be imported

19
(iii) Rate of Customs Duty payable
(iv) Total amount of Customs Duty payable

(r) Octroi / Entry taxes:

(s) Any other Taxes / Duties / Overheads / Other costs

62. Security Guidelines for FIRMs. Mentioned below are certain security
guidelines to be followed by all the representatives of the FIRM contracted by CUSTOMER
for carrying out repairs of equipment/systems of IN ships. Detailed security instructions of
the Naval Dockyard to the FIRMs may be perused from this office:-
(a) Cameras. Cameras are not allowed to be brought inside Lion Gate. This
restriction also applies to mobile phones with inbuilt cameras. Visitors can carry cell
phones without camera in switched off mode & use it is presence of the escort for
official purpose only as per existing orders.
(b) Laptop/Computers. Computers are not allowed to be brought inside
Lion Gate. In case of an inescapable requirement, explicit approval of CHSFO/ND
(MB) needs to be obtained through CUSTOMER for bringing computer inside Lion
gate.
(c) Storage Media. Storage media like pen/USB drive, portable HDD are not
allowed to be brought inside Lion gate.
(d) Personnel Visiting Ships. Details of all personnel visiting IN ships/FMU
need to be recorded at the gangway of the ship on working and holidays and they
are instructed to remain within the working area and not loiter around to other part
of ships/other ships. All personnels of the FIRM will be required to report to FMU
first and will be deputed to various ships thereafter.
(e) Personnel Driving Private Vehicles Inside Lion Gate. FIRM should
ensure that their representatives driving private vehicles inside Lion gate are holding
valid passes/driving licenses and are in possession of valid registration, insurance
and PUC papers of the subject vehicle.
(f) Police Verification. It is mandatory to obtain police verification for
personnel visiting Naval Dockyard. FIRM is to compulsorily arrange the same for his
employees within 10 days of signing the contract.




Yours faithfully,



sdxxx

(Kuldeep Chhetri)
Commander
Senior Manager (Projects)
Enclosures: As above for Officer-in-Charge



20
Encl. 1 to FMU(MB) Tender Enquiry
FMU/344/RRC/FBB Terminals dated 19 May 14


FORMAT FOR TECHNICAL BID

1. The Technical Bid should consist of the documents in the sequence given below.-
(a) Index page indicating the technical bid contents with appropriate page
numbers.
(b) The Compliance matrix for Vendor Evaluation Criteria stated at Enclosure 2,
along with the required supporting documents (subjected to verification) in the same
sequence.
(c) All the documents mentioned in TE.
(d) Assumptions, Exclusions, Concessions, Deviations on the Standard and
Special Conditions of Tender Enquiry.
(e) Any additional relevant document on Company Profile, Employee Profile etc
not exceeding 10 pages.

Note- Technical Bids not submitted in accordance with above format would be
rejected.




























21
Encl. 2 to FMU (MB) Tender Enquiry
FMU/344/RRC/FBB Terminals dated 19 May 14


VENDOR EVALUATION COMPLIANCE MATRIX FOR RRC FOR FLEET BROADBAND
TERMINALS (FBB 500, 250, 150) ON BOARD IN SHIPS


Sl.
No.
Para of
tender
Enquiry
CRITERIA
Compliance
Status
(Yes/No)
Reasons
for Non-
Compliance
Supporting
Documents
Required
1. 1 Job Description
2.
Part I
Para 4
Manner of Depositing the Bids

3. 8 Two Bid System
4. 9
Forwarding of Bids (TIN no/ VAT
no)
Photocopy of
certificates
required
5. 10
Clarifications Regarding Contents
of TE

6. 11 Modification & Withdrawal of Bids
7. 13
Right of Acceptance or Rejection
of Tender

8. 14 Unwillingness to Quote
9. 16 Validity of Offer (120 days)
10. 17 Earnest Money Deposit
11.
Part II
Para 18
Scope of Work

12. 19 Mandatory Requirement
13. 20 General Condition
14. 21 Eligibility Criteria
15. 22 Methodology of Contract
16. 23 Minimum Wages Act.
17. 24 Spares Required for Services
18. 25 Transportation & Material Handling
19. 26 Gate Pass
20. 27 Incidental Jobs / Damages
21. 28 Stage Inspection / Trial
22. 29 Time Frame to Complete Work
23. 30 Quality Assurance
24. 31 Two Bid System
25. 32 Consignee Details
26. Part III
Standard Conditions of the
RFP


22
27. 35 LAW
28. 36 Effective Date of Contract
29. 37 Arbitration
30. 38 Penalty for Undue Influence
31. 39 Agent / Agency Commission
32. 40 Access to Books of Account
33. 41 Liquidated Damages
34. 42 Non- disclosure of Contract
35. 43 Notices
36. 44 Premature Termination of Contract
37. 45 Transfer and Sub-letting
38. 46
Patents and Other Industrial
Property Rights

39. 47 Amendments
40. 48 Taxes and Duties
41. Part IV Special Conditions
42. 49 Performance Bank Guarantee
43. 50 Options Clause
44. 51 Repeat order clause
45. 52 Tolerance clause
46. 53 Payment Terms
47. 54 Paying Authority
48. 55 Fall Clause
49. 56 Risk & Cost Clause
50. 57 Force Majeure
51. 58 Period of Rate Contract
52. 59 Guarantee/Warranty
53. Part V Evaluation Criteria for Bids
54. 60 Evaluation of Bids
55. 61 Price Bid Format
56. 62 Security Guidelines for FIRMs






Signature & Stamp of FIRM
Note In case necessary documentary proofs are not enclosed the FIRM would be rejected
during Technical Evaluation. No separate clarification would be sought from the FIRM for the
missing documents




23
Encl. 3 to FMU (MB) Tender Enquiry
FMU/344/RRC/FBB Terminals dated 19 May 14


SCOPE OF WORK

1. The firm has to carry out fault diagnosis, repair/replacement of defective parts of
various assemblies/subassemblies of Fleet Broadband Terminals and
installation/reinstallation of the system at all the locations (Encl.5 refers) with requisite
spares. The firm may also be required to attend sea-trials if requested by the Navy to check
equipment performance.

S.NO Description Part Number

Rates
( In Rupees)
Qty
1 Antenna unit 500 403052C 01 no.
2 FB Below deck unit S-403738A 01 no.
3 IP Handset S-403672A 01 no.
4 IP cradle S-403674A 01 no.
5 Power supply unit 406080 01 no.
6 High Power amplifier S-62-124671 01 no.
7 HPA Fan S-88-126533-A 01 no.
8 GPS module S-60-124765 01 no.
9 Antenna Tracking module S-62-128256 01 no.
10 Antenna Tracking receiver S-62-128257 01 no.
11 LNA module S-88-126533-A 01 no.
12 Rotary joint S-88-127262-A 01 no.
13 Radome base fiber S-62-131549 01 no.
14 Radome gasket S-41-127508-A 01 no.
15 Azimuth step motor S-88-127261-A 01 no.
16 Azimuth reduction gear S-108457 01 no.
17 Drive belt S-88-127260-A 01 no.
18 Elevation motor S-88-127260-A 01 no.
19 Elevation gear S-88-136370 01 no.
20 Cross Elevation motor S-37-129503-C 01 no.
21
Cross Elevation reduction
gear
S-41-133123-A 01 no.

22 Power supply cable S-37-125999-A 01 no.
23 Cable harness kit S-88-127263-A 01 no.
24 Coaxial cable RG 214 LOCAL 01 no.
25 Coaxial cable FLC-12 USA 01 no.
26 Cable TNC-TNC S-37-204567 01 no.
27 N Type connector LOCAL 01 no.
28 TNC connector LOCAL 01 no.
29 FLC connector USA 01 no.
30 FB250 Antenna unit S-403050A 01 no.
31 FB150 Antenna unit S-403050C 01 no.
32 FB150 Below deck unit S-403739A 01 no.




24

Encl. 4 to FMU (MB) Tender Enquiry
FMU/344/RRC/FBB Terminals dated 19 May 14


MANDATORY STOCK TO BE MAINTAINED

1. The firm needs to stock consumables and fast moving items in adequate quantity to
ensure repair of defects without time delay. The mandatory stock that the firm needs to
maintain at all times is appended below.

S.NO Description Part Number QUANTITY
1 FB Below deck unit S-403738A 03
2 IP Handset S-403672A 03
3 Power supply unit 406080 03
4 High Power amplifier S-62-124671 03
5 HPA Fan S-88-126533-A 03
6 GPS module S-60-124765 03
7 Antenna Tracking module S-62-128256 03
8 Antenna Tracking receiver S-62-128257 03
9 LNA module S-88-126533-A 03
10 Rotary joint S-88-127262-A 03
11 Azimuth step motor S-88-127261-A 03
12 Azimuth reduction gear S-108457 03
13 Drive belt S-88-127260-A 03
14 Elevation motor S-88-127260-A 03
15 Elevation gear S-88-136370 03
16 Cross Elevation motor S-37-129503-C 03
17 Cross Elevation reduction gear S-41-133123-A 03

25
Encl. 5 to FMU (MB) Tender Enquiry
FMU/344/RRC/FBB Terminals dated 19 May 14


SERVICES CHARGES FOR RRC FOR FLEET BROADBAND TERMINALS
FITTED ONBOARD IN SHIPS


1. The firm has to carry out fault diagnosis, repair/replacement of defective parts of various
assemblies/subassemblies of Fleet Broadband Terminals and installation/reinstallation of the
system at all the below mentioned locations with requisite spares.

2. The rate applicable will be on per work order basis for diagnostic, repair &
installation/reinstallation irrespective of no. of Engineers/Technicians working on job and
these rates will be exclusive of Service Tax but shall include all incidental expenses.















Sl No. Name of the Port
Quoted Rates per
Work order
(a) Mumbai

(b) Jamnagar

(c) Goa

(d) Kochi
(e) Chennai

(f) Vizag

(g) Kolkatta

(h) Port Blair

(j) Okha

(k) Porbander

(l) Mangalore

(m) Karwar

(n) Sea-trails if required


26
Form DPM-13
EMD Bank Guarantee format


1. Where as _____________ (hereinafter called the FIRM) has submitted their
offer dated __________ for the supply of _________________ (here in after called
the Bid) against the Buyers Request for proposal No. _______________________
KNOW ALL MEN by these presents that WE __________________ of
__________________________ having our registered office at
_______________________ are bound unto ____________________ (hereinafter
called the CLIENT) 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.

2. Sealed with the Common Seal of the said Bank this ___ day of ______ 20
____.

3. The conditions of obligations are:
(a) If the Bidder withdraws or amends, impairs or derogates from the Bid in
any respect within the period of validity of this tender.
(b) If the Bidder having been notified of the acceptance of his tender by the
Buyer during the period of its validity.
(i) If the Bidder fails to furnish the Performance Security for the due
performance of the contract.
(ii) Fails or refuses to accept/execute the contract.

4. 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.

5. 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




27





















































28

You might also like