0% found this document useful (0 votes)
19 views14 pages

Tender Document VS202400253701

Uploaded by

Rakesh K
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
19 views14 pages

Tender Document VS202400253701

Uploaded by

Rakesh K
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 14

Signer: SISIRA R

Wed May 29 13:57:48 PDT 2024


GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
VIKRAM SARABHAI SPACE CENTRE (VSSC)
THIRUVANANTHAPURAM

Tender for GOCO mode of operation: Checkout operations for


avionics subassemblies & integrated launch vehicle for operational
satellite launch vehicles at VSSC

Bids to be submitted online

Tender No.: VSSC/PURCHASE UNIT-IV (MVIT)/VS202400253701 dated 29-05-2024

Tender No : VSSC/PURCHASE UNIT-IV (MVIT)/VS202400253701 Page 1 of 14


A. Tender Details

Tender No : VSSC/PURCHASE UNIT-IV (MVIT)/VS202400253701

Tender Date : 29-05-2024

Tender Classification: SERVICES

Purchase Entity : PURCHASE UNIT-IV (MVIT)

Centre : VIKRAM SARABHAI SPACE CENTRE (VSSC)

GOCO mode of operation: Checkout operations for avionics subassemblies &


integrated launch vehicle for operational satellite launch vehicles at VSSC

Please go through the tender enquiry specification before quoting.


This is a TWO- PART tender. Techno- Commercial bid (Technical bid in e- procurement) and Price bid
(Commercial bid in e procurement) shall be submit separately. Techno- commercial (Technical bid)
part with any price indication will be summarily rejected.

Please quote as per the following terms and conditions before the due date. Clarifications, if any shall
be sought before the clarification date mentioned below. Last minute clarification on tender/extension
of due date of tender will not be entertained.
Quotation/Open Authorization shall be submitted online [only] complying the specified schedule with
technical specifications, including datasheets, pamphlets, catalogues etc.

A.1 Tender Schedule

Tender Publish Date : 29-05-2024 15:00

Bid Clarification Due Date : 14-06-2024 11:00

Bid Submission Start Date : 30-05-2024 10:00

Bid Submission Due Date : 19-06-2024 15:00

Bid Opening Date : 19-06-2024 15:15

Tender No : VSSC/PURCHASE UNIT-IV (MVIT)/VS202400253701 Page 2 of 14


Price Bid Opening Date : 10-07-2024 15:00

A.2 Pre-bid Meeting Details


Date : 10-06-2024 10:00

Place : HRDD, LECTURE HALL, ATF AREA

Location : THUMBA, TRIVANDRUM

VIKRAM SARABHAI SPACE CENTRE


Centre : (VSSC), THIRUVANANTHAPURAM, KERALA
DATE : 10TH JUNE, 2024 [MONDAY]

TIME : 10.00 HRS.

VENUE : HRDD, LECTURE HALL, ATF AREA

Note: In line with General Terms and Conditions for


GOCO, participation in the Pre-Bid discussion is
compulsory/mandatory either through Offline or Online
mode. The offers/bids of those Service Providers who
participate in the Pre-Bid discussion only will be
considered for further evaluation. After attending the
Details : pre-bid discussion, the Service Provider shall submit a
written consent conveying that they have understood all
the terms and conditions and the quantum of work.

Details of personnel participating in the pre-bid meeting


along with ID proof details shall be emailed to
[email protected]. Late requests will NOT be
considered.
Online link will be shared to those Service Providers
who are willing to participate the meeting through online
mode upon email request ([email protected])
and they shall provide the same latest 07/06/2024 at
14.00 Hrs.

Tender No : VSSC/PURCHASE UNIT-IV (MVIT)/VS202400253701 Page 3 of 14


B. Tender Attachments

NA

Instructions To Vendors

1. Conditions for BIDDER FROM A COUNTRY WHICH SHARES LAND BORDER WITH INDIA

1. Any bidder from a country which shares a land border with India will be eligible to
bid in this tender, only if the bidder is registered with the Competent Authority.
Competent Authority for the purpose of registration shall be the Registration
Committee constituted by the Department for Promotion of Industry and Internal
Trade (DPIIT).

2. Any false declaration and non-compliance of the above would be a ground for immediate
rejection of offer or termination of the contract and further legal action in accordance
with the laws.

3. Validity of Registration: Registration should be valid at the time of submission of


bids and should be valid at the time of placement of order.

2. Terms and conditions as per Annexure attached.


Offers submitted without accepting our Tender conditions especially LD PBG Warranty and SD clauses
shall be summarily rejected.
GST as per HSN code will be paid extra. All Tax invoices shall invariably bear their GST Registration
No and the applicable GST rates, in the absence of which the invoices shall not be processed for
payment.
For registering into PFMS you may please mention your Bank details such as IFSC code Account
number also submit a copy of personalized cheque leaf or NEFT mandate form duly endorsed by the
Bank along with quotation. If you had already submitted these details no need to submit again but
please inform the same.
Please furnish the following
a. Copy of valid manufacturing license of the agency certificate
b. copy of latest filed tax returns
c. Details of registration number, PAN Card, GST, TIN, NSIC, MSME registration etc.
d. The addresses registered site works, workshop, etc.
e. Sub contracting details with address if permissible.
Special Terms and condition: -
1) Foreign vendors are not allowed to quote against this Tender.
2) Only Class I and Class II Local suppliers as per Make in India Policy are eligible to participate in the
bid subject to production of an undertaking regarding the following: -
Tender No : VSSC/PURCHASE UNIT-IV (MVIT)/VS202400253701 Page 4 of 14
A) The percentage of local content should be specifically mentioned in the offer, without which it shall
be summarily rejected.
B) Preference will be given to Class I Local supplier and in their absence, Class II Local Supplier will
be considered.

3. PROFORMA FOR INSTRUCTIONS TO TENDERERS AND TERMS & CONDITIONS OF TENDER


(IG)

1. (a) All available technical literature, catalogues and other data in support of the specifications and
details of the items should be furnished along with the offer.
(b) Samples, if called for, should be submitted free of all charges by the tenderer and the Purchaser
shall not be responsible for any loss or damage thereof due to any reason whatsoever. In the event of
nonacceptance of tender, the tenderer will have to remove the samples at his own expense.
(c) Approximate net and gross weight of the items offered shall be indicated in your offer. If
dimensional details are available the same should also be indicated in your offer.
(d) Specifications: Stores offered should strictly confirm to our specifications. Deviations, if any, should
be clearly indicated by the tenderer in his quotation. The tenderer should also indicate the Make/Type
number of the stores offered and provide catalogues, technical literature and samples, wherever
necessary, along with the quotations. Test Certificates, wherever necessary, should be forwarded
along with supplies. Wherever options have been called for in our specifications, the tenderer should
address all such options. Wherever specifically mentioned by us, the tenderer could suggest changes
to specifications with appropriate response for the same.

2. (a) All available technical literature, catalogues and other data in support of the specifications and
details of the items should be furnished along with the offer.
(b) Samples, if called for, should be submitted free of all charges by the tenderer and the Purchaser
shall not be responsible for any loss or damage thereof due to any reason whatsoever. In the event of
nonacceptance of tender, the tenderer will have to remove the samples at his own expense.
(c) Approximate net and gross weight of the items offered shall be indicated in your offer. If
dimensional details are available the same should also be indicated in your offer.(d) Specifications:
Stores offered should strictly confirm to our specifications. Deviations, if any, should be clearly
indicated by the tenderer in his quotation. The tenderer should also indicate the Make/Type number of
the stores offered and provide catalogues, technical literature and samples, wherever necessary, along
with the quotations. Test Certificates, wherever necessary, should be forwarded along with supplies.
Wherever options have been called for in our specifications, the tenderer should address all such
options. Wherever specifically mentioned by us, the tenderer could suggest changes to specifications
with appropriate response for the same.

3. ACCEPTANCE OF STORES:
(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by
the purchaser at the Contractor's own risk, expense and cost.

Tender No : VSSC/PURCHASE UNIT-IV (MVIT)/VS202400253701 Page 5 of 14


(b) It is expressly agreed that the acceptance of the stores Contracted for, is subject to final approval
by the purchaser, whose decision shall be final.
(c) If, in the opinion of the purchaser, all or any of the stores do not meet the performance or quality
requirements specified in the Purchase Order, they may be either rejected or accepted at a price to be
fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and
binding on the Contractor.
(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No. (c) above,
the purchaser shall be at liberty, with or without notice to the Contractor, to purchase in the open
market at the expense of the Contractor stores meeting the necessary performance and quality
Contracted for in place of those rejected, provided that either the purchase, or the agreement to
purchase, from another supplier is made within six months from the date of rejection of the stores as
aforesaid.

4. As a Government of India Department, this office is exempted from payment of Octroi and similar
local levies. Tenderers shall ensure that necessary Exemption Certificates are obtained by them from
the Purchase Officer concerned to avoid any payment of such levies.

5. a) Your offer should be valid for 90 days from the date of opening of the tender.
b) Prices are required to be quoted according to the units indicated in the annexed tender form. When
quotations are given in terms of units other than those specified in the tender form, relationship
between the two sets of units must be furnished.

6. DESPATCH: The Contractor is responsible for obtaining a clear receipt from the Transport
Authorities specifying the goods despatched. The consignment should be despatched with clear
Railway Receipt/Lorry Receipt. If sent in any other mode, it shall be at the risk of the Contractor.
Purchaser will take no responsibility for short deliveries or wrong supply of goods when the same are
booked on 'said to contain' basis. Purchaser shall pay for only such stores as are actually received by
them in accordance with the Contract.

7. d) The term "Purchase Order" shall mean the communication signed on behalf of the Purchaser by
an Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the tender or offer of the
Contractor for supply of stores or plant, machinery or equipment or part thereof.

8. GUARANTEE & REPLACEMENT:


(a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down, for material, workmanship and performance.
(b) For a period of twelve months after the acceptance of the stores, if any defects are discovered
therein or any defects therein found to have developed under proper use, arising from faulty stores
design or workmanship, the Contractor shall remedy such defects at his own cost provided he is called
upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who

Tender No : VSSC/PURCHASE UNIT-IV (MVIT)/VS202400253701 Page 6 of 14


shall state in writing in what respect the stores or any part thereof are faulty.
(c) If, in the opinion of the purchaser, it becomes necessary to replace or renew any defective stores
such replacement or renewal shall be made by the Contractor free of all costs to the purchaser,
provided the notice informing the Contractor of the defect is given by the purchaser in this regard within
the said period of 14 months from the date of acceptance thereof.
(d) Should the Contractor fail to rectify the defects, the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores.
(e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the Purchaser, as to whether or not the Stores supplied by the Contractor are
defective or any defect has developed within the said period of 12 months or any other period or as to
whether the nature of defects requires renewal or replacement, shall be final, conclusive and binding
on the Contractor.
(f) To fulfill guarantee conditions outilined in (a) to (e) above, the Contractor shall, at the option of the
Purchaser, furnish a Bank Guarantee (as prescribed by the Purchaser)

9. PACKING FORWARDING & INSURANCE: The Contractor will be held responsible for the stores
being sufficiently and properly packed for transport by rail, road, sea or air to withstand transit hazards
and ensure safe arrival at the destination. The packing and marking of packages shall be done by and
at the expense of the Contractor. The purchaser will not pay separately for transit insurance, all risks in
transit being exclusively of the Contractor and the Purchaser shall pay only for such stores as are
actually received in good condition in accordance with the Contract.

10. Preference will be given to those tenders offering supplies from ready stocks and on the basis of
FOR destination/delivery at site.

11. PRICES: Tender offering firm prices will be preferred. Where a price variation clause is insisted
upon by a tenderer, quotation with a reasonable ceiling should be submitted. Such offers should
invariably be supported by the base price taken into account at the time of tendering and also the
formula for any such variation/s.

12. REJECTED STORES:


Rejected stores will remain at destination at the Contractor's risk and responsibility. If instructions for
their disposal are not received from the Contractor within a period of 14 days from the date of receipt of
the advice of rejection, the purchaser or his representative has, at his discretion, the right to scrap or
sell or consign the rejected stores to Contractor's address at the Contractor's entire risk and expense,
freight being payable by the Contractor at actuals.

13. Sales Tax and/or other duties/levies legally leviable and intended to be claimed should be
mentioned in the price bid template. If nothing is mentioned, then it will be presumed that the rate
quoted is inclusive of all taxes/duties.

Tender No : VSSC/PURCHASE UNIT-IV (MVIT)/VS202400253701 Page 7 of 14


14. SECURITY DEPOSIT: Wherever, the Purchase Order value is Rs. 5.00 Lakhs or more, on
acceptance of the tender, the Contractor shall, at the option of the Purchaser and within the period
specified by him, deposit with him, in cash or in any other form as the Purchaser may determine,
security deposit not exceeding ten percent of the value of the Contract as the Purchaser shall specify.
If the Contractor is called upon by the Purchaser to deposit, 'Security' and the Contractor fails to
provide the security within the period specified, such failure shall constitute a breach of the Contract,
and the Purchaser shall be entitled to make other arrangements for the re-purchase of the stores
Contracted at the risk of the Contractor in terms of Sub-Clause (ii) and (iii) of clause regarding Delivery.
(b) hereof and/or to recover from the Contractor, damages arising from such cancellation.

15. TERMS & CONDITIONS OF TENDER

16. TEST CERTIFICATE: Wherever required, test certificates should be sent along with the despatch
documents.

17. The authority of the person signing the tender, if called for, should be produced.

18. The Purchaser reserves the right to place order on the successful tenderer for additional quantity
up to 25% of the quantity offered by them at the rates quoted.

19. The purchaser shall be under no obligation to accept the lowest or any tender and reserves the
right of acceptance of the whole or any part of the tender or portions of the quantity offered and the
tenderers shall supply the same at the rates quoted.

20. The tenderer should supply along with his tender, the name of his bankers as well as the latest
Income-Tax clearance certificate duly countersigned by the Income-Tax Officer of the Circle concerned
under the seal of his office, if required by the Purchaser.

21. The term Contractor shall mean, the person, firm or company with whom or with which the order for
the supply of Stores is placed and shall be deemed to include the Contractor's successors,
representative, heirs, executors and administrators unless excluded by the Contract.

22. The term Purchaser shall mean the President of India or his successors or assigns.

23. The term "Stores" shall mean what the Contractor agrees to supply under the Contract as specified
in the Purchase Order including erection of plants & machinery and subsequent testing, should such a
condition is included in the Purchase Order.

4. Please go through the tender enquiry specification before quoting.


1. GST No: Our Goods and Service Tax Registration No 32AAAGV0026J1ZL.
2. GSTIN Rate and HSN Code: Vendors registered under GST shall mention their GSTIN applicable
Tender No : VSSC/PURCHASE UNIT-IV (MVIT)/VS202400253701 Page 8 of 14
rate and HSN code wherever necessary as per GST Law.
3. Delivery terms: Our standard delivery term is FOR VSSC Trivandrum.
4. All registered MSME vendors are requested to provide their Registration and Ownership details.
5. Vendors may please note that MSMEs are not exempted from the submission of Security Deposit.
6. Vendors shall provide the name address email ID and contact number of authorized official in
order to contact in case of need.
7. If any vendor submits forged or false documents along with their bids, the offer of such vendors
will be summarily rejected and such bidders will be blacklisted for all future tenders.
8. Last minute clarification on tender will not be entertained.
9. VSSC has the right to cancel the tender without assigning any reason thereof..

Tender No : VSSC/PURCHASE UNIT-IV (MVIT)/VS202400253701 Page 9 of 14


C. Bid Templates

C.1 Technical Bid - GOCO mode of operation: Checkout operations for avionics
subassemblies & integrated launch vehicle for operational satellite launch vehicles at
VSSC

1. GOCO mode of operations: CHECKOUT OPERATIONS FOR AVIONICS SUBASSEMBLIES &


INTEGRATED LAUNCH VEHICLE AT DIFFERENT FACILITIES OF VSSC FOR OPERATIONAL
SATELLITE LAUNCH VEHICLES

Item specifications for GOCO mode of operations

Offered
Sl No Specification Value Compliance Specification Remark
As described in
Request for Proposal As per RFP
1 Yes / No / Explain
Document
Document
Document : RFP Document- Checkout Operations

Common Specifications (Applicable for all items)

Sl No Specification Value Compliance Offered Specification Remark

Compliance to Compliance Yes / No /


1 RFP Explain

Supporting Documents required from Vendor

1. Price Bid (Price Bid Related)

2. Checklist and compliance statement

3. Company registration details(RFP Document Clause 22.2.1)

4. Proof of prior experience of the contractor for a minimum period of 2 years strictly in the
specified domain of activities as per Annexure 1 (RFP Document Clause 22.2.2)

5. Copy of previous P.O. /work orders executed by the Contractor (with in last 5 financial years
starting with the current financial year)(RFP Document Clause 22.2.3)

Tender No : VSSC/PURCHASE UNIT-IV (MVIT)/VS202400253701 Page 10 14


of
6. Company profile, management structure, human resources and their experience (RFP
Document Clause 22.2.4)

7. Other Supporting Documents

5 additional documents can be uploaded by the vendor

Tender No : VSSC/PURCHASE UNIT-IV (MVIT)/VS202400253701 Page 11 14


of
C.2 Commercial Terms / Bid

Sl. No. Description Compliance Vendor Terms

1 As per attached RFP Documents Yes / No / Explain

Definitions: A supplier or service


provider, whose goods, services or
works offered for procurement, has
local content : a) equal to more than
2 50%: Class-I local supplier, b) More Yes / No / Explain
than 20% but less than 50%, Class-
II local supplier c) Less than or
equal to 20%, Non local supplier.
Mention your category
Local content means the amount of
value added in India (i.e. indigenous
items/services added in the offered
products/services/works) be the total
value of the item offered (excluding
net domestic indirect taxes) minus
the value of imported content in the
3 Yes / No / Explain
item (including all customs
duties/IGST) as a proportion of the
total value (excluding net domestic
indirect taxes), in percent. Indicate
extent of Minimum Local Content in
offered product/service and location
of such value additions.
The Class-l & II local supplier should
provide a Self Certification along
with your offer in PDF format
indicating that the item offered
meets the minimum local content as
called for in the tender as mentioned
above and provide the % of local
4 content along with details of the Yes / No / Explain
location(s) at which the local value
addition is made. In case of two part
tenders, it is mandatory to indicate
compliance to MLC(minimum local
content) in technical bid itself.
Confirm attachment of Self
declaration along with the offer.
Taxes and other costs, if any (Refer
5 clause No. 21.6 of RFP). Please Yes / No / Explain
provide compliance.

6 Warranty period Yes / No / Explain

Payment term: As per Clause no. 20 Yes / No / Explain


7 of RFP. Please provide compliance.

8 Delivery Term: (FOR VSSC) Yes / No / Explain

Tender No : VSSC/PURCHASE UNIT-IV (MVIT)/VS202400253701 Page 12 14


of
9 Delivery at facilities of MVIT/VSSC Yes / No / Explain

10 Delivery Period Yes / No / Explain

11 Validity period: 120 Days Yes / No / Explain

Performance Bank Guarantee: PBG


shall be @ 3%. The said percentage
12 reconsideration shall be based on Yes / No / Explain
guidelines issued by Govt of India,
from time to time.
Liquidated Damages L/D @ 0.5%
subject to maximum 10% of the
order value is applicable beyond the
13 Yes / No / Explain
promised delivery schedule. (Refer
Clause No. 21.3 of RFP). Please
provide compliance.
Security Deposit :(Applicable if Offer
Value is Rs. 5 Lakhs or above.
MSME/NSIC Units are NOT
EXEMPTED from the payment of
SD. Bank Guarantee @ 3% of Order
Value valid till 60 days from the date
of supply to be submitted.
Mandatory compliance required.
Only Government
14 Bodies/PSUs/PSEs can submit Yes / No / Explain
Indenity Bond in lieu of BG. In the
event of non-performance of
contractual obligations, SD will be
forfeited).
SD shall be @ 3%. The said
percentage reconsideration shall be
based on guidelines issued by Govt
of India, from time to time. (Refer
clause no. 21.5 of RFP)
PO ordering address with Name and
contact details of sales person
concerned (email and ph. No.)
Bank details: Bank name , IFSC
15 Yes / No / Explain
Code, Account No. Etc
Copy of latest filed tax returns
Details of registration, PAN card,
NSIC, MSME, GST , TIN etc.
C.3 Price Bid

Sl. No. Item Quantity Unit Price Currency Total Price Remark

Tender No : VSSC/PURCHASE UNIT-IV (MVIT)/VS202400253701 Page 13 14


of
GOCO mode
of operations:
CHECKOUT
OPERATION
S FOR
AVIONICS
SUBASSEM
BLIES &
INTEGRATE
D LAUNCH 2.00 Years
1 -
VEHICLE AT
DIFFERENT
FACILITIES
OF VSSC
FOR
OPERATION
AL
SATELLITE
LAUNCH
VEHICLES

Common charges (Applicable for all items)

Freight charge

P&F Charges

Tender No : VSSC/PURCHASE UNIT-IV (MVIT)/VS202400253701 Page 14 14


of

You might also like