public tender notice bilingual 2 - isros...requested to download the abovesaid documents and inform...

22
S em i -C on du c t o r Lab orat ory W eb D oc u m e n t सेमी - कं डटर ले बो रे ट र / SEMI-CONDUCTOR LABORATORY अंतर वभाग , भारत सरकार / (Department of Space, Govt. of India से टर -72, सा . . ि. नगर -160071 ( पंजाब ) भारत / Sector 72, SAS Nagar 160071 Pb. (India) फोन / Phone 91-172-2296166-75 , फै / Fax -0172-2237410 वैबसाइट : www.scl.gov.in / Website: www.scl.gov .in लोक िनवदा सूचना/ PUBLIC TENDER NOTICE संदभ संया पीएडएस / टएसएस /201 5 / 126 Ref. No.: P&S/ TSS/2015/ 126 सेमी -कं डटर लेबोरेटर, एस..एस नगर (मोहाली), पंजाब, भारत थत 0.18 माइॉन सीमॉस, 8'' वेफर संवरचना लाइन अिभकपना वकास एवं विनमाण के ेड नयन के िलए कायरत है। एससीएल अपनी वेफर संवरचना के अपेडेड सुवधा के िलए नीचे दए गए ववरणानुसार Hepa Filters, Micro Filters and Pre Filters आपूित के िलए िनवदा आमंत करता है। Semi-Conductor Laboratory (SCL) engaged in design, development and manufacture of VLSIs is currently upgrading it’s Wafer Fabrication Facility at S.A.S. Nagar (Mohali), Punjab, India to 0.18 micron CMOS, 8” wafer fab line. SCL invites bids for supply of following Hepa Filters, Micro Filters and Pre Filters for it’s upgraded facility as per details given below: सं . Sr. No. टरस का ववरण ( वैबसाइट पर गई तकनीक वशेषताओं पु ) Description of Filters(Conforming to technical specifications placed on our Website) माा Quantity सीलबंद िनवदा करने अंितम ितिथ एवं समय Last date of receipt of sealed bids, Date & Time (IST) टडएफ तकनीक भाग-1 एवं भाग -2 को खोलने ितिथ एवं समय Schedule of Opening of Part-1 “TDF” and Part-2 “Technical” Date & Time (IST) 1. Hepa Filters Flange Type. Frame Size: 610 mm x 610 mm x 300 mm 100 nos. 2. Mini-pleated HEPA Filters Flange Type. Frame Size: 610 mm x 610 mm x 305 mm 90 nos. 3. Micro Filters ( Flange Type) Frame Size: 610 mm x 610 mm x 150 mm ( with Flange) 50 Nos. 4. Micro Filters ( Flange Type) Frame Size: 610 mm x 610 mm x 305 mm, 60 Nos. 5. Micro V Filters ( Flange Type) Frame Size: 610 mm x 610 mm x 300 mm, 200 Nos. 6. Pre – Filter(Cassette Type) Frame Size: 585 mm x 585 mm x 50 mm 70 Nos. 7. Pre – Filter(Cassette Type) Frame Size: 585 mm x 280 mm x 50 mm 30 nos. 27 th May, 2015 at 1500 hours 27 th May ,2015 at 1530 hours

Upload: others

Post on 16-Aug-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

सेमी-कंड टर लेबो रेटर / SEMI-CONDUCTOR LABORATORY अंत र वभाग , भारत सरकार / (Department of Space, Govt . of India

से टर-72, सा .अ . िस .नगर-160071(पंजाब) भारत / Sector 72, SAS Nagar 160071 Pb. ( India) फोन/ Phone 91-172-2296166-75 , फै स / Fax -0172-2237410

वैबसाइट : www.scl . gov. in / Websi te: www.scl .gov .in

लोक िन वदा सूचना/ PUBLIC TENDER NOTICE

संदभ सं या पीए डएस/ट एसएस/2015/126 Ref. No. : P&S/ TSS/201 5/ 126 सेमी-कंड टर लेबोरेटर , एस.ए.एस नगर (मोहाली), पंजाब, भारत म थत 0.18 माइ ॉन सीमॉस, 8'' वफेर स ंवरचना लाइन क अिभक पना वकास एवं विनमा ण के ेड उ नयन के िलए काय रत है। एससीएल अपनी वेफर स ंवरचना के अप ेडेड सु वधा के िलए नीच े दए गए ववरणानुसार Hepa Filters, Micro Filters and Pre Filters क आपिूत के िलए िन वदा आमं त करता है। Semi-Conductor Laboratory (SCL) engaged in design, development and manufacture of VLSIs is currently upgrading it’s Wafer Fabrication Facility at S.A.S. Nagar (Mohali), Punjab, India to 0.18 micron CMOS, 8” wafer fab line. SCL invites bids for supply of following Hepa Filters, Micro Filters and Pre Filters for it’s upgraded facility as per details given below: म

सं . Sr . No.

फ टरस का ववरण (वैबसाइट पर द गई

तकनीक वशेषताओं क पु ) Descr ipt ion of Fi l t er s(Confor ming to t echnical speci ficat ions placed on our Websi te)

मा ा

Quantity

सीलबदं िन वदा ा त करने क अंितम ितिथ एव ंसमय Last date of receipt of sealed bids, Date & Time (IST)

ट ड एफ तकनीक भाग-1 एव ं

भाग -2 को खोलने क ितिथ एव ं

समय Schedule of Opening of Part-1 “TDF” and Part-2 “Technical” Date & Time (IST)

1. Hepa Fi lters Flange Type. Frame Size: 610 mm x 610 mm x 300 mm

100 nos.

2. Mini-pleated HEPA Fi lters Flange Type. Frame Size: 610 mm x 610 mm x 305 mm

90 nos.

3. Micro Fi lters ( Flange Type) Frame Size: 610 mm x 610 mm x 150 mm ( with Flange)

50 Nos.

4. Micro Fi lters ( Flange Type)

Frame Size: 610 mm x 610 mm x 305 mm,

60 Nos.

5. Micro V Fi lters ( Flange Type) Frame Size: 610 mm x 610 mm x 300 mm,

200 Nos.

6. Pre – Fi lter(Cassette Type)

Frame Size: 585 mm x 585 mm x 50 mm

70 Nos.

7. Pre – Fi lter(Cassette Type) Frame Size: 585 mm x 280 mm x 50 mm

30 nos.

27th May, 2015

at 1500 hours

27th May ,2015

at 1530 hours

Page 2: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

उपयु त फ टरस के िलए अनुरोध ( आरएफपी) हेतु तकनीक वशेषताएं और तुत करने क या आ द हमार वैबसाइट पर 27th May, 2015 तक रह गी। The “Technical Specifications” of the abovesaid filters and the “Request for Proposal (RFP)” giving General Instructions and “Procedure for Submission of Bids” etc. shall remain on our Website till 27th May , 2015. इ छुक विनमा ता/व ै डरस/उनके भारतीय ािधकृत ितिनिध जो इन उपय त फ टर क आव यकता क आपूित करने म स म है, से अनुरोध है क उपयु त अिभलखे को डाउनलोड कर और अपना ववरण क पनी ोफाइल स हत ऊपर दए गए ईमले/फै स नं पर एससीएल को सूिचत कर । जो विनमाता /व डर/ उनके ािधकृत भारतीय ितिनिध उपयु कत फ टर के िलए िन वदा तुत करना चाहते ह वे एससीएल क वैबसाइट/इसर क वैबसाइट से डाउनलोड कए गए अिभलखे के आधार पर िन वदा अिभलेख क फ स के तौर पर 213/- पए का डमांड ाफट देना आव यक है।

Interested manufacturer / vendors / their authorized Indian agents capable of supplying these filters conforming to above requirements are requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail / fax no. given above. Manufacturer / vendors / their authorized Indian agents wishes to submit bids and down loaded the tender documents from SCL / ISRO websites for abovesaid filter are required to submit a demand draft of Rs. 213/- towards tender document cost alongwith their bid as per procedure stipulated in the tender documents. उपय त लोक िन वदा अिभलेख क ित/लेन-देन म देर आ द के िलए एससीएल क कोई ज मेदार नह ं होगी। एससीएल , के पास अकारण िन वदा म बदलाव करने अथवा िन वदा को र करने का अिधकार आर त है । SCL takes no responsibility for the delay or loss in transit of any document related to this Public Tender Notice. SCL reserves the right to defer or cancel the abovesaid Tender without assigning any reason thereof.

मुख, य एव ंभ डार/Head, Purchase & Stores

Page 3: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

1

REQUEST FOR PROPOSAL (RFP) FOR SUPPLY OF HEPA FILTERS, MICRO FILTERS

& PRE FILTERS

Tender Ref. No. : P&S/2015/TSS/156 Tender Notice No. :P&S/TSS/2015/126

SEMI-CONDUCTOR LABORATORY (SCL)

SECTOR-72, S.A.S. NAGAR, PUNJAB, INDIA Phone : + 91 172 2296166-75

Fax : + 91 172 2237410 e-mail : [email protected]

website : www.scl.gov.in

Page 4: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

2

The prospective bidders are requested to go through all the Parts (A to F) of

this document, including the Technical Specifications, carefully and submit

their bids for the Hepa Filters, Micro Filters & Pre Filters meeting SCL’s

technical specifications and in accordance with the ‘General Instructions for

Bidders’, ‘Procedure for Submission of Bids’ and ‘Commercial & other

Terms and Conditions’ given herein to meet our objectives.

CONTENT

TITLE

GENERAL INSTRUCTIONS TO BIDDERS

PART - A

FORMAT FOR COMPLIANCE / RESPONSE TO SCL’s PROPOSED COMMERCIAL AND OTHER TERMS & CONDITIONS

PART - B

QUOTE FORMAT

PART - C

PROCEDURE FOR EVALUATION OF BIDS

PART - D

PROFORMA OF STATEMENT OF COMPLIANCE TO BE PROVIDED BY THE BIDDER

PART - E

LIST OF INTERNATIONAL AIRPORTS PART -F

Page 5: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

3

PART-A

GENERAL INSTRUCTIONS TO BIDDERS

1.

General Conditions:

a) This document should be read in conjunction with the Public Tender Notice and the Technical Specifications sheets of the tendered filters.

b) Manufacturer/Vendors/ their Authorized Indian Agents can submit their bids to SCL as per “General Instruction to Bidders” and “Procedure for Submission of Bids” given in PART-A. Where authorized Indian Agent is submitting the bid on behalf of his foreign Principal, the said Agent should provide an authorization letter to SCL in the current date in advance from his foreign Principal authorizing the said agent to submit the bid to SCL failing which the bid submitted by the Indian Agent shall not be considered.

c) Prices should be quoted for the tendered Filter in the ‘Quote Format’ given at PART-C., Pricing information any where other than price bid format is liable to be rejected

d) SCL reserves the right to procure all the Filters listed in the Public Tender Notice / some of these filters / alter the quantities / alter the delivery schedule.

e) Bids received on fax / email and or unsealed bids shall be treated as invalid bids and shall be rejected.

f) Bids in English should be submitted with a covering letter on bidder’s letter head duly signed by the authorized signatory of the bidder.

g) All correspondence and documents must bear reference number of SCL’s Public Tender Notice.

h) SCL is not responsible for the loss/delay in transit of any bid/any document related to this Tender Notice.

i) Late and delayed bids shall not be considered.

j) SCL reserves the right to accept the lowest or any other bid in whole or in part without assigning any reason(s).

k) SCL reserves the right to reject all bids without assigning any reason. l) Bidders are expected to comply with the ‘Commercial and other Terms & Conditions’ given

in PART-B of this RFP. In case of any deviation, the reasons thereof should be clearly specified in the compliance/response column of PART-B.

m) Bidder shall submit the Part-2 marked ‘Technical’ containing Technical and Un-priced Commercial Offer and Part-3 marked ‘Priced Commercial Offer’ duly signed by their authorized signatory. Bidder shall initial corrections / overwriting(s) if any. In case of any discrepancy between rates mentioned in figures and words, the rates whichever are less shall prevail.

2. Tender Document Fee:

If the tender documents comprising of the Public Tender Notice, RFP and the Technical Specifications have been downloaded from SCL/ISRO website, bidders are required to submit a bank draft (non-refundable) for Rs. 213/- or equivalent in foreign currency towards tender document fee in the envelope marked ‘Part-1 – Tender Document Fee’.

Page 6: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

4

If the tender documents are obtained by post, bidders are required to submit a bank draft (non refundable) for Rs. 313/- or equivalent in foreign currency towards tender document fee alongwith their request for tender documents. Both the above drafts should be drawn in favour of Semi-Conductor Laboratory, payable at Mohali/Chandigarh and shall be valid for a period of three months. Bidders are also advised to provide their complete address, telephone number, fax no and email ID etc.

3. Instructions On Indian Agents (If any): Bidders are required to provide the following information in respect of their authorized Indian Agent, if any, alongwith ‘ Part-2 ’ marked ‘Technical’ as the same is mandatory and is required for consideration of the bid. i) Name, Address, Tel No./Fax No./email of the Indian Agent including the name of the

contact person. ii) A letter from the bidder in the current date certifying that the company at Sr. No. 3

(i) above is their authorized Indian agent and also indicating the responsibilities/ role of the Indian agent under the proposed purchase.

iii) Remuneration/Service Charges payable to the Indian Agent under the proposed

purchase if any. iv) It is understood and agreed to between SCL and the bidder that the agent

specified in the bid is the only agent involved under the proposed purchase and the remuneration/service charge specified in the bid is the only remuneration/service charge involved and is payable only in Indian Rupees for the Indian agent. Payment of such remuneration/service charge to the Indian agent in the foreign currency or any payment by the bidder to any undeclared third party related to this Tender shall be deemed illegal and all consequential liabilities shall be to the account of the bidder.

4.

Eligibility Criteria:

Vendor should have satisfactorily completed supply of similar filters as mentioned below during the last Seven years.

i. Three similar works each costing not less than Rs.12 lakh. (or) ii. Two similar works each costing not less than Rs.15 lakh. (or) iii. One similar work costing not less than Rs.24 lakh.

Following documents to be submitted in support of the above.

i .

i. Certified copy of work orders and completion certificates issued by the authority concerned to establish work experience.

ii. Completion certificates for works issued by Private parties shall be supported by TDS (Tax Deducted at Source) certificates.

Bid of the vendor not meeting the above criterion will be rejected

5.

Procedure For Submission of Bids: The bid shall be submitted in following three sealed envelopes as per instructions given below:

a) Envelope marked ‘Part-1 – Tender Document Fee’’ to contain bank drafts towards Tender Document Fee.

Page 7: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

5

b) Envelope marked ‘Part-2 - Technical’ to contain ‘Technical Offer and Un-priced Commercial Offer’ as per details given below: i) Technical Offer comprising of detailed technical specifications of each of the filters

offered along with technical literature / catalogue. ii) Technical Offer comprising of compliance / response to the tendered specifications of

each of these filters. iii) Un-priced Commercial Offer including bidder’s compliance / response to SCL’s

Commercial and other Terms and Conditions as per PART-B of this RFP. iv) List of Users among VLSI manufacturers worldwide of these filters including their

contact details. v) Statement of Bid Compliance (as per Proforma enclosed at PART-E). vi) Details of Indian Agent as per Clause No. 3 above.

c) Envelope marked ‘Part-3 – Commercial’ to contain the ‘Priced Commercial Offer’

indicating prices and other details as per ‘Quote Format’ given in PART-C. i) SCL is entitled to Excise Duty exemption as per CE Notification no. 10/97 Central Excise

dated March 01, 1997 amended vide Notification No. 16/2007 – Central Excise dated March 01, 2007 and would therefore expect the vendors quoting in Indian rupees on F.O.R. SCL basis to pass on the benefit thereof as per law to SCL. Such vendors should take the same into account while quoting the prices.

ii) Taxes as CST/VAT extra shall be clearly mentioned with and without Form ‘ C’

iii) As SCL is entitled to concessional rate of customs duty under notification no.51/96, SCL

would like that vendor to clear the goods from customs under this notification for which SCL will issue a Customs Duty Exemption Certificate.

d) The sealed envelopes ‘Part-1 – Tender Document Fee’’, ‘Part-2 – Technical’ and ‘Part-3

– Commercial’ should be put in a single envelope which should also be sealed and superscribed with the reference no. of SCL’s Public Tender Notice. The above individual sealed envelopes should also be superscribed with the reference no. of SCL’s Public Tender Notice, due date and time.

e) Inner and outer envelopes shall indicate the name and address of the bidder. f) The bid submitted as above shall be sent at the following address and should reach SCL,

S.A.S. Nagar, Punjab, India no later than the last date and time of submission of sealed bids as indicated in the Public Tender Notice. Head, Purchase & Stores, Semi-Conductor Laboratory, Department of Space, Government of India, Sector-72, S.A.S. Nagar, Punjab-160 071, India. Phone: +91-172-2296166-75 , Fax : +91-172-2237410 Email: [email protected]

g) Bid which is not submitted in accordance with the procedure given above is liable to be disregarded.

6.

Bid opening: The envelopes marked ‘Part 1 – Tender Document Fee’’ and ‘Part-2 – Technical’ shall be opened as per schedule indicated in the Public Tender Notice at SCL, S.A.S Nagar, Punjab, India in the presence of the bidders/their authorized representatives who wish to be present. The bidders are, therefore, requested to visit or depute their authorized representatives to SCL, S.A.S. Nagar (Mohali), Punjab, India to attend the said opening as per the schedule given in the Public Tender Notice.

Page 8: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

6

7. The authorized representatives of the bidders who are deputed to attend the opening of ‘Part-1 - Tender Document Fee’’, ‘Part-2 - Technical’ of the bids should have an authorization letter from the bidder to attend the same.

8. Commercial Offer Opening The envelopes marked ‘Part-3 - Commercial’ shall be opened of only technically qualified bidders in the presence of the technically qualified bidders/their authorized representatives who may like to attend the same. The schedule of opening of ‘Part-3 - Commercial’ shall be intimated to the technically qualified bidders separately.

9. Extension in the last date of submission of bids. Based on the response to the Public Tender Notice, SCL reserves the right to extend the last date of submission of bids and to reschedule the opening of ‘Part-1 - Tender Document Fee’’ and ‘Part-2 - Technical’.

10. Verification: SCL reserves the right to verify all claims made by the bidder.

************

Page 9: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

7

PART-B

Please find below SCL’s proposed COMMERCIAL AND OTHER TERMS & CONDITIONS pertaining to this RFP. Bidders are requested to confirm their Compliance / give their response to each of these terms in the appropriate column. This format is to be submitted AS PART OF UNPRICED COMMERCIAL OFFER (Part-2 - Technical). Definitions: a) The term ‘Purchaser’ shall mean ‘Semi-Conductor Laboratory, S.A.S Nagar, Punjab, India’. b) The term ‘Vendor’ shall mean the person, firm or company with whom or with which the order for

supply of the Stores is placed and shall be deemed to include the Vendor’s heirs, executors and administrators unless excluded by the contract.

c) The term ‘Purchase Order’ shall mean the authorized communication intimating the acceptance on behalf

of the Purchaser of the terms and conditions mentioned or referred to in the said communication accepting the tender or offer of the vendor for supply of Stores.

d) The term “Stores” shall mean all that the vendor agrees to supply as specified in the Contract / Purchase

Order.

Format for compliance/response to Purchaser’s proposed Commercial and other Terms & Conditions. (Write your compliance/response and do not leave blank.) S. No. TERMS BIDDER’s COMPLIANCE/

RESPONSE 1. Prices to be quoted in foreign currency shall be quoted

on FOB/FCA nearest International airport / seaport in the ‘Quote Format’ given in PART-C The list of International airports is given in PART-F If prices are quoted in Indian Rupees, the same shall be quoted F.O.R SCL, S.A.S. Nagar, Punjab exclusive of excise duty, if any & taxes as may be applicable in the abovesaid ‘Quote Format’. The rates at which the excise duty if any and taxes are applicable, shall be indicated separately in the abovesaid ‘Quote Format’. These prices shall also be exclusive of transit insurance which shall be arranged by the Purchaser and shall be to Purchaser’s account. Entry Tax / Octroi in Punjab, if applicable shall be borne by the Purchaser.

2. Price : Price shall be indicated only in ‘Part-3 - Commercial’ in the ‘Quote Format’ given at PART-C of this RFP.

3. Shelf Life: Vendor to indicate the Shelf Life of the each Filter separately in their ‘Technical and Un-priced Commercial offer’ ( Part-2: Technical).

4. Delivery Period Vendor to indicate the delivery period of each of the store the offered stores in the abovesaid ‘Quote Format’.

Page 10: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

8

5. Acceptance Criteria: Filters should be from the latest manufacturing lots only. Test reports of the filters, as applicable, shall be submitted along with the supply of filters.

6. Terms of Payment: For orders placed in foreign currency on F.O.B/F.C.A basis :

• 100% Payment shall be made through ‘Sight Draft’ upon shipment against presentation of shipping documents to Purchaser’s bank. In the said mode of payment, all bank charges outside India shall be borne by the Vendor and all bank charges in India shall be borne by the Purchaser.

For orders placed in Indian Rupees on F.O.R Purchaser’s site basis:

• 100% payment shall be made within 30 days of receipt and acceptance of the Stores at Purchaser’s site.

SCL prefers electronic mode (RTGS/NEFT) of payments. SCL requires the successful bidder to submit mandate form as prescribed by Reserve Bank of India (RBI) to facilitate payment.

7. Partial Shipment: Partial shipment is allowed only with written permission of the Purchaser.

8. Freight Forwarder: For orders placed in foreign currency on F.O.B/F.C.A basis, the shipment shall be effected through Purchaser’s designated Freight Forwarder only. The contact details of the Freight Forwarder shall be indicated in the Contract / Purchase Order.

9. Export Formalities, Taxes & Duties: All Licenses/Government clearances other than under Indian law, if any, required for supplying the stores shall be the responsibility of the Vendor. All Licenses/ Government clearances if any, required under Indian law shall be arranged by the Purchaser.

Taxes and duties payable for supply of the stores other than in India shall be borne by the Vendor. For orders placed in foreign currency on F.O.B/F.C.A basis, Customs duty etc. payable under Indian law and in India only shall be the responsibility of the Purchaser. For orders placed in Indian Rupees on F.O.R. Purchaser’s site basis, excise duty if any and taxes etc. as may be applicable under Indian law and payable in India only shall be the responsibility of the Purchaser.

10. Country of Origin Certificate: The Vendor shall submit a certificate regarding country of origin of the stores supplied, issued by a chamber of commerce or by the supplier of the stores.

Page 11: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

9

11. Validity: The vendor’s bid must be valid for 90 days from the closing date of submission of bids.

12. Mode of Despatch (For orders placed in foreign currency on F.O.B / F.C.A basis): Stores shall be dispatched by air to IGI Airport, New Delhi under consolidation services of Purchaser’s designated freight forwarder only. Name and address of the Purchaser’s designated freight forwarder shall be indicated in the Contract / Purchase order.

13. Port of Entry: Indira Gandhi International Airport (IGI), New Delhi in case of airfreight.

14. Port Consignee: Purchase & Stores Officer, Semi-Conductor Laboratory, S.A.S. Nagar(Mohali), Punjab, India.

15. Ultimate Consignee: Purchase & Stores Officer, Semi-Conductor Laboratory S.A.S. Nagar (Mohali), Punjab, India.

16. Shipping Marks: The marks on the shipping documents such as Invoice, Airway bill / Bill of lading and on the packages should be as follows: Purchase order no. _____ and date _____ Semi-Conductor Laboratory Government of India, Department of Space, S.A.S. Nagar (Mohali), Punjab, India. Pin -160071 Destination: SCL, S.A.S. Nagar, Punjab, India Port of entry : Indira Gandhi International Airport, New Delhi

17. Insurance of Stores: The vendor shall be responsible for insuring the stores for risks during transit.

18. Vendor’s Default Liability: The purchaser may upon written notice of default to the Vendor terminate the PO in whole or in part in circumstances detailed hereunder: a) If in the judgment of the Purchaser, the vendor fails to

make delivery of stores within the time specified in the PO or within the period of which extension has been granted by the Purchaser to the Vendor.

b) If in the judgment of the Purchaser, the Vendor fails to

comply with any of the other provisions of the PO.

Page 12: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

10

c) In the event the Purchaser terminates the PO in whole or in part, the Purchaser reserves the right to purchase on such terms and in a manner as he may deem appropriate stores similar to those terminated and the vendor shall be liable to the purchaser for any additional costs for such similar stores and or for liquidated damages for delay as defined in Clause “Delay in Supply / Liquidated damages” until such reasonable time as may be required for the final supply of stores.

d) In the event the Purchaser terminates the Contract, the

Purchaser in addition to any other rights provided in this clause , may require the Vendor to transfer title and deliver to the Purchaser under any of the following cases in the manner and as directed by the Purchaser.

i) Any completed stores

ii) Such partially completed stores and contract right (herein after called manufacturing material) as the Vendor has specifically produced or acquired for the contract as terminated. The Purchaser shall pay to the Vendor the contract price for completed stores delivered and accepted by the Purchaser and for manufacturing materials delivered and accepted.

e) In the event the Purchaser does not terminate the

contract, the Vendor shall continue the performance of the contract in which case he shall be liable to the Purchaser for liquidated damages for delay as set out in Clause “Delay in Supply / Liquidated damages” until the stores are accepted.

19. Replacements:

If the Stores or any portion thereof is damaged or lost during transit, the Purchaser shall give notice to the Vendor setting forth particulars of such stores damaged or lost during transit. The replacement of such stores shall be effected by the Vendor within a reasonable time to avoid delay in the intended usage of these stores. The price of replacement items shall be paid by the Purchaser on the basis of prices indicated in the P.O. or as reasonably worked out from the tender. The cost of damages will however be claimed by the Purchaser from the Purchaser’s Insurance company.

20. Rejection: In the event any of the Stores supplied by the Vendor is not found to be in conformity with the Purchase’s specifications, the Purchaser shall reject the stores and request the Vendor, in writing, to replace the same. The Vendor on receipt of such notification shall replace the rejected stores, free of cost, to the Purchaser. If the Vendor fails to do so, the Purchaser may at his option either: a) Replace such rejected stores and recover the extra

cost so involved from the Vendor OR

Page 13: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

11

b) Terminate the Contract for default as provided under

clause “Vendor’s default liability” above. c) Acquire the rejected stores at a reduced price

considered equitable under the circumstances. The provision of this clause shall not prejudice the Purchaser’s rights under “Delay in Supply / Liquidated damages”.

21. Force Majeure: Neither of the parties hereto shall be liable for damage or have the right to cancel for any delay or default in performing it’s obligations if such delay or defaults are caused by conditions beyond it’s control including but not limited to fire, storm, floods, earthquakes, acts of God, government restrictions, continuing domestic or international problems (such as wars, rebellion, insurrections, strikes, riots, work stoppages, Labour dispute) or delay as to ancillary materials, which affect the dates of fulfillment of any obligations as per the Contract /Purchase order. Such dates will be respectively postponed for the period of continuance of such force majeure circumstances and the other party can suspend the performance of its obligations correlated to the postponed obligations of the affected party. The obligations thus postponed shall be resumed after the force majeure circumstances have ceased. At the beginning, during and at the pre-visible end of the force majeure circumstances the parties shall promptly consult with each other about appropriate counter measures to be taken. If the performance of obligations of any party should be delayed more than six (06) months by reasons of force majeure circumstances mentioned above, the parties shall mutually consult about the subsequent performance of obligations.

22. Delay in Supply / Liquidated Damages: If the Vendor fails to supply the ordered stores in the time frame specified in the Contract or any extension thereof given by the Purchaser, the Purchaser shall recover from the Vendor as liquidated damages a sum at the rate of one-half of one percent (0.5 percent) of the price of the Filters delayed for each calendar week or part thereof of delay. The total liquidated damages shall however, not exceed ten (10) percent of the total value of un-delivered goods.

23. Packing: Each filter shall be properly packed in the individual cardboard box and further properly packed in wooden boxes (1 or more filters per Box) to protect the filter from any damage due to handling and endearment during the transportation.

a) The Vendor shall pack and crate stores for road/sea/air shipment as applicable in a manner suitable for export to a tropical humid climate, in accordance with internationally accepted export practices and in such a manner as to protect it from damage and deterioration

Page 14: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

12

in transit by road, rail, air. The Vendor shall be held responsible for all damages due to improper packing.

b) The Vendor shall ensure that each box/unit of

shipment is legibly and properly marked for correct identification. The failure to comply with this requirement shall make the Vendor liable for additional expenses involved.

c) The Vendor shall notify the purchaser of the date of

shipment from the port of embarkation as well as the expected date of arrival of such shipment at the designated port of arrival.

d) The Vendor shall give complete shipment information

concerning the weight, size, content of each package etc.

e) Apart from the dispatch documents negotiated through

Bank, the following documents shall also be airmailed to the Purchaser within 3 days in case of Air consignments.

i. Airway Bill (two non-negotiable copies)

ii. Invoice (2 copies) iii. Packing list (1 copy) iv. Certificate of inspection (COI) v. Certificate of Country of Origin issued by

Chamber of Commerce or by the supplier (1 copy).

24. Arbitration:

If at any time any question, dispute or difference whatsoever may arise between the Purchaser and the Vendor upon or in connection with the Contract / PO, either party may forthwith give to the other notice in writing of the existence of such question, dispute or difference and the same shall be referred to the adjudication of three arbitrators, one to be nominated by the Purchaser, one to be nominated by the Contractor and these two arbitrators shall appoint the third arbitrator who shall act as the presiding arbitrator. If the two arbitrators fail to agree on the appointment of the third arbitrator within 30 days from their appointment, then the procedure as laid down in the “Arbitration & Conciliation Act, 1996” shall be applicable. The proceedings of arbitration shall be carried out in accordance with the “Arbitration & Conciliation Act, 1996”. The expenses of the arbitrators shall be paid as may be determined by them jointly and mutually by both parties. The venue of the arbitration shall be in S.A.S Nagar (Mohali), Punjab, India.

25. Patent Infringement: The Vendor shall indemnify Purchaser and hold Purchaser harmless against any damages or costs arising out of claim or action brought against Purchaser as a result of infringement of any patent by the Vendor. The Vendor at its own expense shall defend and settle any such claim/action.

Page 15: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

13

26. Counter Terms and Conditions of Vendors: Where counter terms and conditions printed have been offered by the Vendor, the same shall not be deemed to have been accepted by the purchaser unless specific written acceptance thereof is obtained.

27. Applicable Law and Jurisdiction: The Contract / PO shall be interpreted, construed, and governed by the laws of India and shall be subject to exclusive jurisdiction of courts at S.A.S. Nagar (Mohali), Punjab, India.

28. Cancellation of Purchase Order: In the event of the Vendor’s failure to execute the Contract / Purchase Order as per terms and conditions mentioned therein, Purchaser is entitled to refund of all payments previously made to the Vendor and also reserves the right to claim compensation for the loss suffered by the Purchaser on account of Vendor’s failure to execute the Contract / Purchase Order.

SIGNAURE OF THE PARTY __________________________ NAME __________________ COMPANY SEAL __________________________ DATE ____________________

********

Page 16: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

14

PART-C

QUOTE FORMAT • For orders placed in Foreign Currency on FOB/FCA basis, customs clearance and custom duty payable in

India for the ordered filters shall be SCL’s responsibility.

• For orders placed in Indian Rupees on F.O.R. Purchaser’s site basis, customs clearance and custom duty payable in India shall be vendor’s responsibility. As SCL is entitled to concessional rate of customs duty under notification no.51/96, SCL shall provide Customs Duty Exemption Certificate (CDEC).

• For Indian vendors quoting in Indian Rupees on F.O.R. SCL basis, it is informed that SCL is entitled to Excise Duty exemption as per CE Notification and would therefore expect the vendors to pass on the benefit thereof as per law to SCL. Such vendors should take the same into account while quoting the prices.

Sr. No.

Description

Size of Filters (l x b ) mm

Detail specifications as under

Qty. Unit Unit rate in

Foreign currency

(FOB/ FCA)

Unit rate in INR

(Exclusive of Excise Duty and Taxes, if

applicable) F.O.R. SCL

*

Excise Duty if

applicable (rate and amount)

*

Taxes as may be

applicable ; rate and amount (CST,

VAT etc) *

Delivery Period

1. Hepa Filters Flange Type. Frame Size: 610 mm x 610 mm x 300 mm

100 nos

2. Minipleated HEPA Filters Flange Type. Frame Size: 610 mm x 610 mm x 305 mm

90 nos

3. Micro Filters ( Flange Type)

Frame Size: 610 mm x 610 mm x 150 mm ( with Flange)

50 nos

4. Micro Filters ( Flange Type)

Frame Size: 610 mm x 610 mm x 305 mm,

60 nos

5. Micro V Filters ( Flange Type)

Frame Size: 610 mm x 610 mm x 300 mm,

200 nos

Page 17: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

15

6. Pre – Filter(Cassette Type)

Frame Size: 585 mm x 585 mm x 50 mm

70 nos

7. Pre – Filter(Cassette Type)

Frame Size: 585 mm x 280 mm x 50 mm

30 nos

8. Pre – Filter(Cassette Type)

Frame Size: 280 mm x 280 mm x 50 mm

10 nos

* The Excise Duty and Taxes, if any as may be applicable to Indian vendors only and should be indicated by the Indian vendors.

Detail specifications of Filters:

1. HEPA Filters, Flange Type.

a) Frame Size: 610 mm x 610 mm x 300 mm b) Box Size 550 mm x 550 mm x 300 mm c) Filter frame material – Aluminum/GI d) Flow rate :1000 cfm, e) Media: Micro Fiber Glass, f) Pressure Drop : IPD not exceeding 15mm of WG g) Efficiency: 99.99% down to 0.3 microns h) No. of pleats: 70 ± 2 i) Side Sealing with transparent Epoxy, Neoprene Gasket Pasted on back side of the Flange and Slot

of 14mm X 25mm in each side of the Flange 2. Mini-pleated HEPA Filters, Flange Type.

a) Frame Size: 610 mm x 610 mm x 305 mm b) Box Size 550 mm x 550 mm x 305 mm c) Filter frame material – Anodized Aluminum/GI d) Flow rate : 2000 cfm, e) Media: Micro Fiber Glass, f) IPD not more than 25 mm of WG g) Efficiency: 99.99% down to 0.3 micron. h) Media Arrangement: Mini pleat media packs arranged in V –Shape. i) Media Sealing: with Epoxy/PU bonded to casing. j) Neoprene gasket pasted on the back side of the flange and Slot of 14mmX25mm in each side of the Flange

Page 18: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

16

3. Micro Filters (Flange Type)

a) Frame Size: 610 mm x 610 mm x 150 mm ( with Flange) b) Box Size 550 mm x 550 mm x150 mm( without Flange ) c) Filter frame material – GI, d) Flow rate - 3000 M³/Hr, e) Media : Synthetic non woven with HDPE Mesh Layers stiched on both sides f) Filter should be water washable and Air Cleanable. g) Efficiency: 95% down to 5 microns. h) No. of pleats – Not less than 23±1, i) Side Sealing with transparent epoxy, j) Neoprene Rubber gasket pasted on the back side of the flange and Slot of 14mmX25mm in each side of the Flange k) Two no. Aluminum comb supporting on both side of the filter.

4. Micro Filters (Flange Type)

a) Frame Size: 610 mm x 610 mm x 305 mm, b) Box Size 550 mm x 550 mm x 305 mm c) Filter frame material – Aluminum , d) Flow rate - 2000 cfm, e) Media : Synthetic non woven with HDPE Mesh Layers stiched on both sides f) Filter should be water washable and air cleanable g) Efficiency: 95% down to 5 microns. h) No. of pleats – Not less than 20 i) Side Sealing with transparent epoxy, j) Neoprene Rubber gasket pasted on the back side of the flange and Slot of 14mmX25mm in each

side of the Flange 5. Micro V Filters (Flange Type)

a) Frame Size: 610 mm x 610 mm x 300 mm, b) Box Size 550 mm x 550 mm x 300 mm c) Filter frame material – GI, d) Flange Thickness -3mm, e) Flow rate -3000 m³/Hr, f) Media : Synthetic non woven with HDPE Mesh Layers stiched on both sides g) Filter should be water washable and air cleanable h) Efficiency: 95% down to 5 microns. i) No. of pleats – Not less than 22±1, j) Side Sealing with transparent epoxy, k) Neoprene Rubber gasket pasted on the back side of the flange and Slot of 14mmX25mm in each

side of the Flange. 6. Pre–Filter (Cassette Type)

a) Frame Size: 585 mm x 585 mm x 50 mm b) Filter frame material – GI-18 Gauge sheet, c) Media: Synthetic non woven with HDPE Mesh Layers stiched on both sides, d) Filter should be water washable and air cleanable. e) Efficiency: 30% , f) IPD: 5mm WG, g) No. of supporting Rods (GI) on both sides should be 03 nos. minimum, h) Side sealing with epoxy, i) Neoprene Rubber gasket pasted on the outer side of the filter Frame

Page 19: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

17

7. Pre – Filter (Cassette Type)

a) Frame Size: 585 mm x 280 mm x 50 mm b) Filter frame material – GI-18 Gauge sheet, c) Media: Synthetic non woven with HDPE Mesh Layers stiched on both sides, d) Filter should be water washable and air cleanable. e) Efficiency: 30% , f) IPD: 5mm WG, g) No. of supporting Rods (GI) on both sides should be 03 nos. minimum, h) Side sealing with epoxy, i) Neoprene Rubber gasket pasted on the outer side of the filter Frame

8. Pre – Filter (Cassette Type)

a) Frame Size: 280 mm x 280 mm x 50 mm b) Filter frame material – GI-18 Gauge sheet, c) Media: Synthetic non woven with HDPE Mesh Layers stitched on both sides, d) Filter should be water washable and air cleanable. e) Efficiency: 30% , f) IPD: 5mm WG, g) No. of supporting Rods (GI) on both sides should be 03 nos. minimum, h) Side sealing with epoxy, i) Neoprene Rubber gasket pasted on the outer side of the filter Frame

Recommended Makes: Trijama, Spectrum, Thermadyne, Klenzaids, Camfill Farr & AAF

Page 20: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

18

PART – D

PROCEDURE FOR EVALUATION OF BIDS

Technical Evaluation Criteria Vendors meeting Purchaser’s technical specifications shall be considered to be technically qualified. Evaluation of Priced Commercial Offers The following elements shall broadly be considered for evaluation of ‘Priced Commercial offers’:

1. The price quoted by the bidder in the Quote Format given at PART- C. 2. Compliance with the Payment Terms prescribed in this RFP. In the event, the bidder offers Payment

Terms stringent than Purchaser’s proposed Payment Terms, the bid of the bidder shall be loaded based on prime lending rate of Reserve Bank of India (RBI) prevailing on the date of opening of ‘priced commercial offers’.

3. In the event of the bidder requiring Purchaser to bear bank charges outside India (foreign bank charges),

the bidder’s bid shall be loaded @ 0.5% of the quoted price towards bank charges outside India. 4. In the event bidder quotes prices other than FOB/ FCA International Airport / F.O.R. SCL, S.A.S. Nagar,

bidder’s quote shall be loaded with the estimated inland freight cost.

************

Page 21: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

19

PART – E PROFORMA OF STATEMENT OF COMPLIANCE TO BE PROVIDED BY THE BIDDER ALONGWITH THE BID (Part-2 - Technical) PUBLIC TENDER NOTICE REFERENCE NUMBER: ……………………………………… (To be filled by the Bidder)

1. This is to certify that we have carefully gone through the technical specifications of each of the filters covered by the above Public Tender Notice, ‘General Instructions to Bidders’, ‘Format for Compliance / Response to the Commercial & Other Terms and Conditions’, ‘Procedure for evaluation of bids’. We have based our bid on the various clauses of the abovesaid documents and hereby confirm that we:

• have offered filters meeting the tendered technical specifications. • accept all the clauses as indicated in the abovesaid documents. • accept all the clauses except for the clauses and reasons thereto as indicated against such clauses in

the columns of PART-B titled ‘Format for Compliance/Response to the Commercial and Other Terms & Conditions’.

Authorised Signatory:………………………….

Name…………………………………………..

Title……………………………………………

Name of the Company ………………………

…………………………………………………….

************

Page 22: Public Tender Notice Bilingual 2 - ISROS...requested to download the abovesaid documents and inform their particulars including their company profile to SCL by e-mail/fax at e-mail

Sem

i-Con

ducto

r Lab

orat

ory

Web

Doc

umen

t

20

PART – F

LIST OF INTERNATIONAL AIRPORTS

S/N COUNTRY GATEWAY AIRPORT

1. AUSTRALIA CANBERRA 2. AUSTRIA VIENNA 3. BELGIUM BRUSSELS 4. BRAZIL SAO PAULO 5. CHINA SANGHAI, SHENYANG, SHENZHEN 6. DENMARK COPENHAGEN 7. DUBAI (UAE) DUBAI 8. FINLAND HELSINKI 9. FRANCE PARIS, MARSEILLE 10. GERMANY FRANKFURT, MUNICH 11. HONGKONG HONGKONG 12. IRELAND DUBLIN 13. ISRAEL TEL AVIV 14. ITALY MILAN 15. JAPAN TOKYO, OSAKA 16. MALAYSIA KUALALUMPUR 17. NEW ZEALAND AUCKLAND 18. THE NETHERLAND AMSTERDAM 19. PHILIPPINES MANILA

20. POLAND WARSAW

21. RUSSIA MOSCOW

22. SINGAPORE SINGAPORE

23. SLOVAKIA BRATISLAVA

24. SOUTH AFRICA DURBAN

25. SOUTH KOREA SEOUL

26. SWEDEN STOCKHOLM

27. SWITZERLAND ZURICH 28. TAIWAN TAIPEI

29. THAILAND BANGKOK

30. UNITED KINGDOM LONDON 31. USA NY, LA & CH.

Note: By International airport we mean the airport from where the flights to IGI Airport, New Delhi

originate / operate.

************