Specifications Removed
Specifications Removed
Page 23 of 31
MS of minimum 2 mm
4.22.1 Material
thickness
4.22.2 Capacity Liter Bidder to specify
4.22.3 Fitted with level gauge & accessories To be provided
4.23 Emission Standard
4.23.1 HC (Hydro Carbon) Bidder to specify
Microprocessor
based, Compatible
4.24 Engine Control panel
with Modbus RS 485
for BMS
Connectivity.
4.26 Alternator (750 KVA)
4.26.1 Manufacture’s name Bidder to specify
4.26.2 Applicable standards IS or equivalent
4.26.3 Country of Origin Bidder to specify
4.26.4 Connection Bidder to specify
4.26.5 Make Bidder to specify
4.26.6 Type of frame Bidder to specify
4.26.7 Rated KVA 160 KVA
4.26.8 Power factor 0.8
4.26.9 Type of enclosure IP 23
4.26.10 Speed in RPM 1500
4.26.11 Frequency in Hz 50 Hz ± 3%
4.26.12 Rated voltage 415 Volts ± 10%
4.26.13 Rated current Bidder to specify
Three phase four
4.26.14 Number of phases
wires 3P+N
4.26.15 Over load capacity Bidder to specify
4.26.16 Class of insulation rotor and stator H
4.26.17 Voltage regulation ± 1%
4.26.18 Direction of rotation Bidder to specify
4.26.19 Type and model of excitation unit Bidder to specify
4.26.20 Excitation at rated p,f, 0.8 (voltage / current) Bidder to specify
4.26.21 Type of bearing DE and NDE Bidder to specify
4.26.22 Length x Breadth x Height in mm Bidder to specify
4.26.23 Weight in Kg/Ton Bidder to specify
4.26.24 Painting details of alternator Bidder to specify
4.26.25 Reactance: Bidder to specify in %
age
1. On short circuit when running at normal
4.26.25.
speed and voltage
1
4.26.25. a) Sub-transient reactance
2
4.26.25. b) Transient reactance
3
4.26.25. c) Unsaturated synchronous reactance
4
4.26.26 Short circuit ratio Bidder to specify
4.26.27 Stator d.c. resistance per phase at 75°C Bidder to specify IN
OHMS
4.26.28 Method of protection against shaft currents Bidder to specify
4.26.29 Rotor inertia Bidder to specify in Kg
m
4.26.30 Weight of rotor In Kg.
4.26.31 Rotor winding resistance at 75°C Ohms
Generator response for 100% load change at a Bidder to specify in %
4.26.32
low Power factor: voltage and % age
current
Page 24 of 31
4.26.32. 1. Instantaneous values when at: -
1
4.26.32. i. minimum excitation To be provided
2
4.26.32. ii. Maximum excitation To be provided
3
4.26.33 2. After 10 Hz when initially at: - To be provided
4.26.34 i. minimum excitation To be provided
4.26.35 ii. Maximum excitation To be provided
State whether thermostatically controlled
4.26.36 To be provided
anti- condensation heaters are fitted in
the generator
4.26.37 Wattage of the heaters Bidder to specify in
watts
4.27 Generator Exciter
4.27.1 Applicable standards IS or Equivalent
4.27.2 Type of Excitation PMG / AREP / Aux
winding
4.27.3 Manufacturer’s name Bidder to specify
4.27.4 Field winding insulation Class H
4.27.5 Field winding resistance at 75°C Bidder to specify
4.27.6 Exciter winding insulation class Class H
4.27.7 Exciter winding resistance per phase at 75°C Bidder to specify in
ohms
4.28 Generator Automatic Voltage Regulator
4.28.1 Applicable standard IS or Eq
4.28.2 Manufacturer’s name Bidder to specify
4.28.3 Type Bidder to specify
4.28.4 Range of manual voltage control Bidder to specify in
volts
Weatherproof & design
4.29 Acoustic enclosure
as per latest CPCB
Norms
Page 25 of 31
Section 11
Tender evaluation & Minimum eligibility criteria
Page 26 of 31
Application evaluation: -
Eligibility Criteria & technical compliances: In the first step of evaluation, the documents submitted, will be verified by ARAI for
their adequacy towards fulfilment of qualifying Eligibility criteria & technical requirements. In case the Applicant’s proposal fails in
demonstrating fulfilment of those essential parameters or its equivalence to it, his offer will be rejected. Only qualified bids will be
further evaluated.
“Similar works” means similar to the scope of work -DSITC of 160 KVA DG sets confirming to CPCB norms mentioned in tender
document.
The applicant firm shall be a registered firm (Partnership, Proprietorship or Public limited or Private
1 limited) & must have appropriate registrations such as PF, GST, & any other relevant registration. Registration certificate
Applicant shall provide the Registration details of the same.
The applicant should provide a work completion reports MINIMUM 3 nos of DG capacities
2 Form E
minimum 160 KVA against DG supplied & installed with supporting purchase order.
Engine & Alternator shall have valid type approval and Conformity of Product (CoP) certificate in
Valid Type approval certificate /
3 name of Original equipment manufacturer against quoted engine /Alternator model & make
Cop certificate.
confirming latest CPCB IV+ norms from one of the Govt. of India authorized certifying agency.
4 Compliance for fulfilment of technical scope of work for all DG sets on company letter head.
Bidder shall be Authorized OEM for Diesel generating set powered by CPCB IV+ complied Engine
manufacturers.
In case of Non‐OEM / Dealer submission, Bidders shall submit following,
1. Tender specific authorization letter in attached format duly signed stamped on OEM letter head.
Valid authorization letter / OEM
2.Valid dealership certificate.
5 certificate on Engine
3. Bidder / OEM shall have established service network in Pune, Maharashtra. Bidder to submit
manufacturer Letter head
the registered address proof & service
network details during technical bid.
4. Either OEM / Their Authorized dealer can participate against tender enquiry, but both cannot.
* Non-fulfilment of minimum eligibity criteria shall lead to disqualification.
Joint site survey & detailed analysis of civil & electrical work scope duly accepted by ARAI to be
6
submitted with acceptance of site suitability for DG system installation against each DG set.
The firm should have carried out the works during last 7 years as follows:
The bidder should not have incurred any loss (profit after tax should be positive) in more than two
9 years during available last five consecutive balance sheet, duly audited and certified by the Form A
Chartered Accountant.
Page 27 of 31
Bidder firm shall be ISO certified firm with necessary test and manufacturing setup available for Valid ISO certificate & supporting
11
DG set manufacturing & testing. documents
Disqualification criteria: -
1. Ability to fulfil the basic scope of the tender document, minimum eligibility criteria.
Vendors shall attend the pre-bid meeting; conduct site survey & shall submit report complying to point no 7 in
minimum eligibility criteria.
Financial evaluation: -
Basic cost of DSITC of DG systems (including transport, transit insurance, loading -unloading, installation,
commissioning, testing as per tender technical scope including warranty for 2 years) + Cost of Exhaust piping &
fuel piping (including transport, transit insurance, loading -unloading, installation, commissioning, testing as per
tender technical scope including warranty for 2 years)
+ Cost of Liasoning works for 2 no’s of DG sets
Page 28 of 31
“Form A”
FINANCIAL INFORMATION
1. Financial Analysis – Details to be furnished duly supported by figures in balance sheet/ profit and loss account
for the last five years duly certified by the Chartered Accountant, as submitted by the applicant to the Income
Tax Department (Copies to be attached)
Gross annual
turnover on works 344330143 498928941 610184677
(INR)
Owner Litigation/
Date of Name and
or Stipulat arbit ration
commenc address/telep hone
Name of work/p roject and sponsori ed date cases
Units e ment Actual date of number of officers to
Locatio n ng of pending / in whom reference may be Rema
suppli as comple tion
Sr No organiza comple progress
ed per made rks
tion tion with
contract
details*
Design , Fabrication ,
Manufacturing, pre-dispatch
Mr. Mr. Naushad Ali Head
inspection and commissioning and 12.11..202
1 Naushad 2 sets 18.11..2020 15.11..2020 NA E&TSS/TSD BARC
guarantee of 625KVA DG SET at 0
Ali 02225561686
New BARC Hospital
Anushaktinagar Mumbai 400094
Trimurti Enterprises
Mr.
Supply , installation , Under
2. Manohar 1 set NA
commissioning of 1010 KVA DG 17.12.2024 process
Pote
SET
KRISHALA BUILDTECH LLP
3. Supply and Installation of 250kVA 1 set 10.09.2024 08.09.2024 NA
Genset
Signature &
Stamp of Tenderer(s)
Page 30 of 31
“FORM E”
1. Agreement no.
2. Date to start
3. Date of Completion
i. Stipulated date of completion-
ii. Actual date of completion-
4. Amount of compensation levied for delayed completion if any – N/A
5. Amount of reduced rate items, if any due to inferior quality. – N/A
6. Performance report (Tick the appropriate)
(1) Quality of work :
Excellent/Very good/Good/Fair (Marks 40/30/20/0)
(6) Smoothness in co-ordination at site and with various contractor’s / utilities providers: Excellent/Very
good/Good/Fair (Marks 40/30/20/0)
(7) Effective use of resources:
Excellent/Very good/Good/Fair (Marks 40/30/20/0)
Instructions to Bidders
1. Submission of Bids:
B) Bidders should strictly follow the date & time schedule mentioned in the Tender
enquiry on https://gem.gov.in/
D) ARAI will not be responsible for any delay in enrollment / registration as bidder or
submitting
/uploading the offer on tender portal. Hence, bidders are advised to register on e-
tendering website https://gem.gov.in/ and enroll their Digital Signature Certificate
and upload their quotation well in advance.
E) Request for extension to “Bid submission end date” should be avoided; in case
extension is inescapable, ARAI can take decision suitably.
For portal related issues, bidders must contact GeM support team
H) While submitting the tender, if any of the prescribed conditions are not fulfilled
or are incomplete in any form, the tender is liable to be rejected. If any tenderer
stipulates any condition of his own, such conditional tender is liable to be rejected.
I) All the tender documents & price bid to be uploaded as per this tender are to be
digitally signed by the bidder.
2. The Director, ARAI, Pune reserves the right to accept the offer in full or in parts
or reject Summarily or partly.
3 ARAI, Pune reserves the right to award / reject the order to any particular
bidder without assigning any reason thereof.
6 Based on the list of installations provided by the bidder, ARAI, Pune will have its
option to obtain details of the equipment, their performance, after sales services
etc. for evaluation of the
tender, directly from the concerned Labs. / Scientists etc
The makes / brand and name & address of the manufacturer, Country of Origin,
Country of Shipment and currency in which rates are quoted are to be mentioned.
Amendment of Bidding Documents
7 At any time prior to the deadline for submission of bids, ARAI, Pune may, for any reason,
whether on its own initiative or in response to the clarification request by a prospective bidder
may modify the bid document. Bidder should refer the related corrigendum before submitting
9 their bid.
Bids for procurement of goods / availing services shall be valid for a period of 90 days from the
date of opening the Technical bid. ARAI may ask for the bidder’s consent to extend the period
of validity. Such request and the response shall be made in writing only. A bidder agreeing to
10 the request for extension will not be permitted to modify his bid.
Bidders should refer the entire corrigendum made till end of bid submission date and
update their bids accordingly.
11
Bidders should submit supporting documents (as mentioned above) along with application/bid.
This will be verified before evaluating technical specifications,In case bidder does not meet the
criteria or we get negative feedback (written/verbal) from their customers or bidder is found
12 blacklisted at any organization or bidder has open /unresolved grievance on GeM or any other
government portal then the bid may be treated as disqualified.
Firms which have already awarded with contract by ARAI for supply & installation of any type of
testing equipment but they have not supplied the product/equipment even after the prescribed
delivery date i.e. delivery is pending for long time OR already supplied some equipment to ARAI
but not completed installation / commissioning / warranty replacements/ after sales service is
poor etc. or the supplied system has frequent break-downs such firm’s bid will not be
considered for evaluation
13 The server time (which is displayed on the bidders’ dashboard) will be considered
as the standard time for referencing the deadlines for submission of the bids by
the bidders, opening of bids etc. The bidders should follow this time during bid
submission.
14
All the documents being submitted by the bidders would be encrypted using
encryption techniques to ensure the secrecy of the data. The data entered cannot
be viewed until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket encryption technology. Data storage
15 encryption of sensitive fields is done.
Upon the successful and timely submission of bids, the portal will give a successful
bid submission acknowledgement & a bid summary will be displayed with the bid no.
and the date & time of submission of the bid with all other relevant details.
Bidder should save this acknowledgement & submit it to ARAI, in case of any
16 dispute/grievance, failing which, such complaints will not be entertained.
Bidder can modify its bid (if required) before the last date/time of bid submission;
17 after that Portal will not allow any modification.
In this system the bidder must submit his offer online in two covers on or before bid
submission date.
(i) The technical bid should not contain any price information. If found so,
ARAI reserves the right to disqualify the bidder.
(ii) The technical bid should contain dully filled detail compliance sheet to ARAI
Technical specifications (as per the chapter IV) & supporting documents
asked under Eligibility criteria, if it is not submitted by the bidder, ARAI may
reject such bid.
(iii) The technical bid should contain signed and sealed Tender Acceptance Letter
in prescribed format given in chapter V & deviation letter if any.
(iv)The technical bid should also contain all mandatory prescribed documents /
forms as mentioned in Tender.
(v) The technical offer should be complete to indicate that all products and
services asked- for are quoted. Each page of the bid and cutting/corrections
shall be duly signed and stamped by the bidder. Unsigned bids may be
rejected.
(vi) Users List: The bidder shall provide a list of users along with name and
contact address of person responsible where similar system/ service has
been supplied.
(vii) The technical bid should contain commercial terms with reference to the tender.
(viii) If the tender is for branded makes, authorization letter from principal
clearly indicating that the vendor is the competent authority to sell and
provide services towards the items mentioned in the scope of supply
given in this tender document.
(x) If an agent submits bid on behalf of the OEM/ Principal, the same agent
cannot participate / submit a bid on behalf of another OEM/ Principal in
the same tender / same items.
(xvii) The technical bid should contain the Proofs/Documents related to the
eligibility criteria.
(xix) In case of equipment, bidder should submit detail scope of CAMC / NON
CAMC ( as asked in tender) for 3rd, 4th & 5th year in technical bid/envelope.
(xx) In case of equipment, bidder should submit detail list of spares and
consumables(if any) required during 1st, 2nd, 3rd, 4th & 5th year in technical
bid/envelope.
(xxi) Contact details of Authorized signatory (e-mail ID, Mobile No. and also
general e- mail ID) for easy and faster communication.
Note: ARAI reserves the right to disqualify the bidder for any deviation in technical and
commercial bid.
Cover no.1 i.e. Technical bid will be opened online as per the prescribed schedule.
(Physical attendance of bidders at ARAI is not required).
The technical bids will be evaluated to shortlist the eligible bidders. The commercial
bids of only the short-listed eligible bidders shall be considered for further
processing.
In the event of specified date for the opening of technical bids being declared as a
holiday for ARAI, Pune, or in case of any technical issue in website/portal, the same
will stand extended to the next working day. No communication is required in such
cases.
19 Technical Evaluation:
In two bid system, after opening of technical bid, if any clarification is required for
parameter / conditions from bidder, ARAI will intimate it through email & sufficient time
line, as considered appropriate, will be given to answer /reply. Bidder has to clarify
it in writing within that time line only, failing which their offer may be ignored for
further evaluation.
Logic calculations to arrive at L1 bidder i.e Landed cost to ARAI (excluding GST) =
AWARD OF CONTRACT
ARAI shall award the contract to the eligible bidder whose bid has been determined
as the lowest evaluated commercial bid.
If more than one bidder happens to quote the same lowest price, ARAI, Pune reserves
the right to award the contract to more than one bidder or any of the bidders.
ARAI reserves the right at the time of award of Contract to increase or decrease the
quantity of items specified in the Schedule of Requirements without any upward
change in price or other terms and conditions.
The successful bidder shall be awarded for supply of goods along with installation
including two years warranty / availing service/ consumables (if any), except
Comprehensive AMC for 3rd, 4th & 5th years. The commercial offer for comprehensive
AMC and recommended for 3rd, 4th and 5th years should be valid for five years. The
respective orders for the same will be placed separately at appropriate time.
All supplied equipment must meet the Environmental, Health and safety aspects.
If hazardous material is used, then please provide MSDS (Material Safety Data
Sheet) and
procedure for disposal.
Chapter – III
General Conditions of Contract (GCC)
1 Right to Modify the Scope and Scrap the Process: ARAI reserves the right to amend,
alter, modify, and amplify the specifications or quantum of procurement at any time
before orders are finally placed on the selected bidder. ARAI also reserves the right
to scrap the entire process of procurement at any stage before the orders are placed
on the bidder(s) without assigning any reason.
3 Firms which have already supplied similar equipment to ARAI and have not
completed required installation / commissioning / after sales service / warranty
replacements etc. such firm’s offer will not be considered for further evaluation and
no enquiries thereafter will be entertained.
4 The item should be supplied with manuals including technical drawings, should be
complete in all respects to operate the system without any problem.
5 The price quoted shall be considered firm and no price escalation will be permitted.
The Bidder shall specify the expected period for completion of the work mentioned in
service order
8 Documentation: The successful bidder shall provide one copy of instruction, operation
/ maintenance and servicing manual of the system in ENGLISH in hard copy / soft copy.
9 Wherever called for calibration certificates issued by accredited laboratory under ISO
17025, along with results with valid traceability to national / International calibration
standards shall be provided.
12 ARAI will not provide any accommodation / transportation for the engineers /
representatives for attending installation, commissioning and demonstration work. It
is the absolute responsibility of
the Supplier to make their arrangements. The representative should have proper
identity card or authorization letter provided by the supplier for entering ARAI.
13 The Supplier / successful bidder must ensure use of Proper Personal protective
equipment (PPE) by their engineers / representatives carrying out installation,
commissioning and demonstration work.
14 Indemnity
The Supplier / successful bidder should indemnify, protect and save ARAI, Pune
against all claims, losses, costs, damages, expenses, action suits and other
proceeding, resulting from infringement of any law pertaining to patent, trademarks,
copyrights etc. or such other statutory infringements in respect of all the equipment
supplied / services provided by them.
The supplier should indemnify/ agree for recovery made by us of any tax amount
from him on account of any refusal of Input Tax Credit to us for any deeds which
deprives us from availing the eligible credit.
15 In case of import supply where price quoted on CIF basis, custom clearance and
custom duty as applicable is responsibility of ARAI.
(i) GST Tax Invoice shall either be physically signed copy or digitally signed/e-
invoice as required under the Sec 31 to 34 of the CGST Act 2017 read with CGST
Rules relating to Tax Invoice. GST Tax Invoice or Debit or Credit note for supply
of Goods or service or both shall contain all the requirements as mandated
under Section 31 to 34 of the CGST Act. Vendor shall provide all necessary
inputs, relating to Tax Invoice, Credit and Debit Note, as per CGST / SGST /
IGST / UTGST Act and amendments from time to time. For GST payment,
matching the invoices uploaded by the vendor on GST Portal is necessary.
(ii) Vendor shall agree to ensure correct, accurate and matched invoices and
Returns uploading on GST Portal within due dates, as per specified GST Act.
(iii) Basic Price shall not include any taxes such as CGST, SGST, IGST and UTGST
(iv) In view of Anti Profiteering Provisions, the reduction in the price has to be passed
to us.
(v) E-way Bill provisions as notified are to be complied with.
(vi) INDEMNIFICATION: The Vendor agrees for recovery made by us of any tax
amount from him on account of any refusal of Input Tax Credit to us for any
16.A deeds which deprives us from availing the eligible credit.
INVOICE :
(i) Vendor shall submit invoice / bill in duplicate mentioning our Purchase Order
Number / Date / Challan No. / L.R. No. / R.R. No. etc. within 7 days from invoice date.
Vendor shall check description, UoM, Qty, HSN / SAC, Tax% of Invoice with respect to
PO and Invoice shall contain ARAI GSTN, Vendor GSTN, PAN, Bank details. The
invoice / bill shall be duly stamped and
signed / digitally signed. Vendor shall submit copy of e-Invoice (with legible /
scannable QR code), wherever applicable, as per Govt. Notification.
17 Payment terms:
80% basic amount will be released within 30 days from the date of delivery &
its primary acceptance by ARAI user and 20% will be released after
completion of I&C / final acceptance and submission of PBG of 5% of order
value valid for 24months from the date of final acceptance.
GST amount will be released upon matching of GST on portal.
Indigenous: The equipment to be supplied will be insured by the vendor against all
risks of loss of damage from the date of shipment till such time it is delivered at ARAI,
Pune site in case of Rupee transaction.
20 Penalty/ Liquidated Damages for delayed delivery/ services –Applicable for this tender
Penalty: Every week of delay in scheduled delivery period shall attract a penalty
of 0.5% of Purchase Order value with a maximum ceiling of 5 %. The term
“Delivery” for the application of this clause defined as follows.
“FOB/FCA “,
However, any delay due to ARAI about pre-acceptance and Design Approval
shall not be considered for calculating delay period.
21 Pre-dispatch inspection (PDI): - (Wherever applicable)
In case the Supplier fails to demonstrate the agreed parameters during PDI visit and
because of that ARAI team cannot complete PDI (Pre-acceptance) during the visit, It
will be considered as Primary rejection of system, here Supplier has to submit the plan
for corrective action /Rectification with detail schedule of next Pre-dispatch inspection
visit and the cost of to & fro travel, lodging &
boarding of ARAI engineers has to be borne by supplier in this case.
In case ARAI does not opt for PDI, then the supplier should carry out the PDI on their
own & submit report of the same along with supply.
In normal course PDI will be carried out as per clause no. 21, But in unavoidable
circumstances like pandemic situation of COVID-19, if the PDI at manufacturer’s site
would not be possible for ARAI team, in such cases ARAI may prefer to conduct
remote /online PDI. Details procedure of such cases will be shared to the vendor
(whosever is the lowest 1 i.e. L1) before placing the order.
Bidder shall Quote PDI charges in “optional item sheet” of Price bid (either in INR or in
foreign currency), in below fashion
During L1/price bid evaluation, Highest charges will be considered, but P.O. for PDI will
be placed once the material is ready for PDI and based on the applicability of clause 21
or 21A (as per actual situation). by considering the charges Quoted as mentioned
above.
22
Pre-installation requirements:
The Bidder has to state in detail the Electrical Power / UPS requirements, floor Space,
head room, foundation needed and also to state whether Air-conditioned environment
is needed to house the system and to run the tests. i.e. pre-installation facilities
required for installation may please be intimated in the technical bid. Subsequently,
before the consignment lands in ARAI, Pune the bidder shall confirm that the pre-
installation requirements are sufficient for installation of the equipment. In other
words, the bidder should continuously monitor the pre-installation requirements and
see that everything is ready before the consignment is taken to the site for installation.
23
Installation:
1 Bidder shall be responsible for installation / demonstration wherever
applicable
and for after sales service during the warranty and thereafter.
2 Installation demonstration to be arranged by the supplier free of cost
and the
same is to be done within 30 days of the arrival of the equipment at site.
3 After successful installation what will be the minimum down time of
equipment/instrument in case of breakdown has to be spelt out. If the
identified firm or person fails to put the system into working condition
what is the further alternative course of action suggested by the
equipment supplier to adhere to
minimum down time should also be brought out.
4 Installation drawings and Infrastructure requirements: The bidder shall
provide two sets of installation drawings which should include all
infrastructural requirements for effective functioning of the system.
5 No sub-contracting will be allowed for installation or maintaining
system/
equipment / instrument during or after warranty period.
24
Liquidated Damage (Term applicable in case of delay in Installation & commissioning)
Supplier should start Installation work within _30_ calendar days after receipt of
consignment at ARAI and installation-commissioning at site is to be completed
with all checks and tests within _60_ calendar days from receipt of consignment
at ARAI. ARAI will ensure site readiness & provide the necessary utilities at site
and will extend support for carrying out test/demonstration. In case installation
and commissioning including report validation not completed within the
_60_calendar days due to fault of supplier, every week of delay will attract LD
of 0.5% of Purchase Order value with a maximum ceiling of 5 %.
ARAI, Pune reserves the right to cancel the order in case of excessive delay.
25
Warranty / Support:
1 The bidder shall guarantee that all material, components used are in
strict compliance with agreed requirements and specifications and the
same shall be free from any manufacturing defects. The bidder shall
guarantee that all materials and components shall be repaired or
replaced as the case may be at its own cost in case found to be
defective within a period of 24 months from the satisfactory
commissioning at site
2 The defects, if any, during the guarantee/warranty period are to be
rectified free of charge by arranging free replacement wherever
necessary. This includes cost, insurance, freight, custom duty, octroi,
local taxes if any should be borne by the
beneficiary or his agent. A clear confirmation should be given for this item.
3 The warranty on the associated software should cover providing of
upgraded version/s, if any, released during the warranty period free of
cost.
4 The bidder shall assure the supply of spare parts after warranty is over
for maintenance of the equipment supplied as and when required for a
period of five years from the date of supply of equipment on
payment on approved price list
basis.
5 The equipment must be supported by a Service Centre manned by the
principal vendor’s technical support engineers. The support through this
Centre preferably be available 24 hours in a day, seven days a week and
365 days a year. Also it should be possible to contact the Principal’s
vendor support Centre on a toll free
number/web/mail.
6 An undertaking from the manufacturer is required in this regard stating
that they would facilitate the bidder on regular basis with technology /
product updates &
extend support for the warranty as well.
7 The vendor will have to arrange for all the testing equipment & tools
required for
installation, testing & maintenance etc.
8 The principal vendor must have a local logistics support by maintaining a
local spares depot in the country of deployment of the equipment.
This is to ensure
immediate delivery of spares parts from Principal Vendor of equipment
to its channel partner/system integrator.
9 Details of onsite warranty, agency that shall maintain during
warranty and undertake Annual Maintenance Contract /
Comprehensive Service Maintenance Contract beyond warranty shall
be given in the offer. In case of foreign quote, the Indian Agent who
shall maintain during warranty and AMC
beyond warranty shall be given in the Technical Offer.
10 Unless specified, Warranty shall include min.2 preventive maintenance
visits per year and unlimited break down visits. supplier shall commit
down time not more than 72 hours. The representative of the machine
supplier shall attend to the breakdown within 48 hours after the problem
is reported via email or phone from ARAI. Online Support shall be within
24 hrs from the intimation.
26
Scope of Comprehensive AMC: -
For 3rd, 4th & 5th year comprehensive AMC cost is asked in tender, its scope is
as per below
28 Force Majeure
ARAI, Pune may consider relaxing the penalty and delivery requirements, as specified
in this document, if and to the extent that the delay, in performance or other failure to
perform its obligations under the Contract, is the result of a Force Majeure.
All disputes of any kind arising out of supply, commissioning, acceptance, warranty
maintenance etc. shall be referred by either party (ARAI, Pune or the bidder) after
issuance of 30 days’ notice in writing to the other party clearly mentioning the nature
of dispute to a single arbitrator acceptable to both the parties. The venue for
arbitration shall be ARAI, Pune, India. The jurisdiction of the courts shall be Pune,
Maharashtra, India.
30 Jurisdiction
All the conditions spelt out above will form the standard terms and conditions of the
purchase order. In case of Deviation to any of the above conditions, bidder must submit a
deviation sheet in technical cover, i.e. in cover 1
32 The provisions of Public Procurement (Preference to Make in India) will be applicable as per
guidelines of GOVT.OF INDIA. Related orders may be accessed at DPIIT’s website
https://dpiit.gov.in/public-procurements
33) Bidder may have to sign NON DISCLOSURE AGREEMENT with ARAI (wherever
applicable).
34) Provisions under rule 144 (xi) of GFR will be applicable for this tender.
35) Bidder shall submit the declaration about country of origin for the Quoted equipment
in technical bid
36) Latest notifications of Govt. of India will be referred for concluding the result of
tender.
Chapter – V
Date: 08.11.2024
To,
The Automotive Research Association of India, Pune
Name of Tender / Work: - -Design supply installation testing & commissioning of CPCB IV+
Compliant 160 KVA DG sets -2nos at Vishakhapatnam
Dear Sir,
1. I / We hereby certify that I / we have read the entire terms and conditions of the tender
documents (including all documents like annexure(s), schedule(s), etc.), which form part of
the contract agreement and I / we shall abide hereby by the terms / conditions / clauses
contained therein.
2. The corrigendum(s) issued from time to time by your organization too have also been taken into
consideration, while submitting this acceptance letter.
3. I / We hereby unconditionally accept the tender conditions of above-mentioned tender
document(s) / corrigendum(s) in its totality / entirety, except the deviations mentioned separately
in technical bid.
4. I / We do hereby declare that our Firm has not been blacklisted/ debarred by any Govt.
Department/Public sector undertaking.
5. I / We certify that all information furnished by our Firm is true & correct and, in the event, that
the information is found to be incorrect/untrue or found violated, then your department/
organization shall without giving any notice or reason therefore or summarily reject the bid or
terminate the contract, without prejudice to any other rights or remedy.
6. I/ We understand that ARAI reserves the right to amend, alter, modify, and amplify the
specifications or quantum of procurement at any time before orders are finally placed on the
selected bidder. ARAI also reserves the right to scrap the entire process of procurement at any
stage before the orders are placed on the bidder(s) without assigning any reason.
7. Deviation to any term/ condition is attached herewith as a separate annexure /sheet.
Yours Faithfully,
Thanking You
Tender Enquiry: -
I have read the clause regarding restrictions on procurement from a bidder of a country which shares a
land border with India; I certify that this bidder is not from such a country or, if from such a country, has
been registered with the Competent Authority. I hereby certify that this bidder fulfils all requirements in
this regard and is eligible to be considered. The country of origin of the product offered is
India.
Note: - If, the bidder is having registration with the Competent Authority, evidence of the same shall be
attached.
Signature: -
Designation: -
Date: - 08.11.2024S