Single Tender Specification For
Single Tender Specification For
Single Tender Specification For
Rate Contract for Spare Solar Radiation Sensors (SWR & LWR)
for 2 years
1|P a g e
1. E-Tender Schedule
NATIONAL
NOTICE INVITING TENDER (NIT)
INSTITUTE OF
OCEAN Form No.
TECHNOLOGY NIOT/S&P/NIT
Tender No NIOT/SnP/OOS/28479/2022-23
Tender Title Rate Contract (RC) for Spare Solar Radiation Sensors
(SWR & LWR) for 2 years
2|P a g e
2. INTRODUCTION
National Institute of Ocean Technology (NIOT) is the technical arm of the Ministry of
Earth Sciences, Government of India and is involved in developing technology for
utilizing ocean resources in an eco-friendly manner. Tender is invited to submit a Bid /
Quotation for RC for Spare Solar Radiation Sensors (SWR & LWR) for 2 years
at NIOT Chennai as per details given below
General Conditions of Contract (GCC)
National institute of Ocean invites E-bids for supply of RC for Spare Solar Radiation
Sensors (SWR & LWR) for 2 years at NIOT Chennai as per details given below
3. Terms and conditions indicated in the NIT shall be superseded by the terms and
conditions mentioned in the Special conditions of contract (SCC) as at Annexure
wherever applicable.
INSTRUCTION TO BIDDERS:
4. Security: Any information / material / document supplied along with this tender or
after placement LOI should not be disclosed or copied without written permission from
NIOT.
5. Contacting NIOT: No correspondence / discussion / visits whatsoever will be
entertained on the subject unless specifically called by this office after opening the
tender for clarifications in writing. Any violation of this will render the quotation invalid
and the firm is liable to be removed from our approved vendor list.
6. Tender Opening: All the tenderers can participate in the e-tender opening with
proper authorization letter from the respective Company.
7. Goods: Goods should be supplied only after receipt of the LOI from NIOT.
8. LOI Acceptance: The successful bidder should accept the LOI within 15 days.
9.Signing of Contract: On successful evaluation and declaration of the successful
bidder, initially a Letter of Intent will be issued by NIOT. The successful bidder should
submit his acceptance of LOI within 15days along with the deliverables as sought in
the LOI and copy of power of attorney along with the Board resolution copy
authorizing the signatory to sign the contract on Rs. 500 non-judicial stamp paper
within 15 days. If the Director of the company is signing the contract the copy of the
MOA to be submitted, Upon receipt of acceptance of LOI and other relevant
3|P a g e
documents mentioned, a contract shall be signed between NIOT and the successful
bidder.
10. Change of Name after award: Request / intimations with regard to change of
name of the Contracting company or constitution of the contracting company after the
tender opening or award of contract shall not be allowed as a matter of right. The
bidders / contractors are required to submit all relevant documents with regard to
change of name or/and change of constitution and the circumstances leading to such
change beforehand. It shall be the discretion of NIOT to proceed with the contract
after such changes and in case, NIOT decides to proceed with the contract, it may
require the bidder / contractor to execute further agreements with regard to execution
/ implementation of the contract.
BIDDING CONDITION
11. Deadline for Submission of Bids: Bids must be received by NIOT at the e-
procurement portal specified in the Invitation for Bids cover page on or before the due
date/ extended.
12. Due date Extension, Corrigendum to NIT: Any corrigendum including due
date extension for NIT, corrigendum if any will be notified in NIOT website. Hence
bidders are requested to watch our website for such due date extension and
corrigendum if any.
13. In case of the unscheduled holiday in Chennai being declared on the
prescribed closing/opening day of the tender, the next working day will be treated as
the scheduled prescribed day of closing/opening of the tender.
14. Unsolicited correspondences: NIOT will not entertain any unsolicited
correspondence or queries on the status of offer against this tender.
15. Non-Receipt of Tender: NIOT will not be responsible for the non-receipt of the
tender due to any network problem.
16. Submission of tender by a tenderer implies that he has read the Notice Inviting
Tender and has made himself aware of the scope and specifications of the work to be
done; conditions and rates at which stores, tools and plant etc. will be issued to him by
NIOT; local conditions and other factors bearing on the execution of the works.
17. EMD/Bid security: The EMD/Bid security is mandatory as indicated in the cover
page and should be submitted along with the technical bid for the value indicated in
the front page of this tender document. The EMD / Bid Security shall be in the form of
a Bank demand draft drawn in favour of “NIOT OTHER RECEIPT ACCOUNT” in INR
or in equivalent foreign currency or a guarantee from a public sector bank or foreign
bank acceptable to NIOT.
The format of the guarantee shall be in accordance with the sample form of Bid
Security available at NIOT website. The format can be downloaded from the website
https://www.niot.res.in/index.php/vendor/login.
a) By Demand Draft/Banker’s Cheque drawn in favour of “NIOT OTHER RECEIPT
ACCOUNT”, NIOT, payable at Chennai (or)
b) Bank Guarantee as per prescribed format issued by an Indian nationalized bank or
indicate in stamp paper of appropriate value and valid for 60 days beyond the validity
of the bid. (or)
c) Insurance Security Bond. (or)
4|P a g e
d) Fixed Deposit Receipt. (or)
e) Online payment in an acceptable form.
If the EMD (scanned copy of the EMD) is not submitted along with Techno-commercial,
the bid will be summarily rejected. The original EMD should be submitted (or) reach
NIOT on or before closing date the time of the tender.
18. Conditions for EMD / Bid Security: EMD shall be returned / discharged to
unsuccessful bidders within 15 days after the expiration of the period of bid validity or
placement of order whichever is later. EMD may be forfeited:
a. If a bidder withdraws, modifies for provided unsolicited offer voluntarily revising the
price in whatsoever aspect its bid during the period of bid validity specified by the
bidder on the bid form or
b. In case of a successful bidder, fails to furnish order acceptance within 7 days of the
order and / or fails to furnish Performance Security.
EMD for a successful contractor shall be adjusted against performance security payable
if submitted in DD / refunded if / performance security is submitted.
19.Bid Validity: Bids shall remain valid and open for acceptance for a minimum
period of 90 days from the date of opening of Un-priced Techno-commercial Bids
when fully compliant tender is submitted by the bidder without any requirement for
NIOT to seek additional documents towards evaluation of pre-qualification and/or in
ensuring conformance to the specification/ requirements of the tender. In the event of
any delay in evaluation attributable to the vendor, vendor shall extend the tender by
such a time taken by them in addition to above minimum tender validity period. A Bid
valid for shorter validity period will be considered as a conditional tender and treated as
invalid tender.
20. Bid validity extension: In exceptional circumstances, prior to expiry of the
original Bid validity period, NIOT may request the Bidder for a specified extension in
the period of validity. The request and the responses thereto shall be made in writing.
A Bidder agreeing to the request will not be required nor permitted to modify his bid,
and will be required to extend the validity of his Bid Security correspondingly. When bid
validity is extended EMD BG also deemed to have been extended automatically.
21. Signing of bids: Each page of the tender and tender document shall be digitally
signed and uploaded by the bidder in e-procurement Portal.
22. The broad configuration / specification of the proposed purchase / work are
given. Bidders are required to keep their proposal strictly as per the specification
prescribed in this NIT.
23. The compliance sheet with reference to the specifications should be furnished
against each parameter while submitting the quotation, which is absolutely necessary.
THE TENDERER SHALL SUBMIT TECHNICAL & COMMERCIAL COMPLIANCE SHEETS
and BOQ (Price bid) separately ALONG WITH THEIR OFFER. TENDERS WITHOUT
COMPLIANCE SHEETS WILL NOT BE EVALUATED. The Price bid should be
unconditional.
24. Canvassing: Exerting pressure and/or offering inducement in any form by the
bidder or by any other person on behalf of the bidder shall disqualify the bid and lead
to its rejection.
25. Commercial compliance as per NIT commercial compliance shall be furnished
along with the bid.
5|P a g e
26. Unrealistic bids with either cost which is impossible to achieve or for bidders who
show that they are completely inexperienced or have completely inappropriate
equipment will be rejected.
10 | P a g e
45. Import and Export Licenses
44.1 If the ordered materials are covered under restricted category of EXIM policy in
India the Vendor / Agent may intimate such information for obtaining necessary,
license in India.
44.2 If the ordered equipment is subject to Vendor procuring an export license from
the designated government agency / country from where the goods are shipped / sold,
the vendor has to mention the name, address of the government agency / authority.
The vendor must also mention the time period within which the license will be granted
in normal course
46. Currency of the bid: Currency once quoted will not be allowed to change.
47. Price comparison: As per the selling exchange rates established by SBI
Prevailing on the date of opening of price bid shall be applicable for the purpose of
conversion of foreign currency for price comparison.
48. Forex fluctuation: Since bidders are permitted to quote in any currency and also
receive payments in that currency, NIOT shall not compensate for any foreign
exchange fluctuations. Also, there will be no loading of foreign exchange for deciding
the inter-se- ranking of bidders in this tender.
49. Bank charges: All Bank charges inside India to NIOT account and all Bank
charges outside India to supplier account.
50. Dispatch of goods: Please note that the dispatch of consignment should be
made by Air/Sea freight and not through private courier service since this Institute is
empowered to clear the consignments duty exemption from customs as R&D
Institutions which will not be applicable for dispatches through private courier service.
Any customs duty payable on account of mode of dispatch other than those specified
will be to contractor account and the same will be debited / Adjusted from the dues
payable to contractor. For low volume/low weight cargo, Govt. Postal services only to
be utilized.
51. Third Party Inspection: The Third-Party Inspection (for pre-shipment) is
mandatory only for OEM direct execution and payment negotiated through Letter of
credit. The Third-Party Inspection shall be conducted by DNV/ SGS/Lloyds/TUV/ABS or
any other IACS Agency. The inspection shall be either at airport point of loading or at
the Suppliers factory before dispatch of cargo. Bidders are requested to mention the
inspection charges explicitly in their quote. Third party inspection charges at actual will
be reimbursed on submission of separate invoice for TPI charges (along with the
inspection report and invoice issued by the third-party inspection agency) while
furnishing the commercial invoice for supply. In the absence of separate invoice, tax
deduction at source @10% of the quoted TPI charges will be deducted as per IT
provision of Govt. of India.
b) The Third-Party Inspection is not mandatory for Indian bidders and for payment
after supply and acceptance through Wire Transfer by foreign supplier and in INR to
Indian Supplier/ Agent.
52. Payment: As per standard terms payment for import will be made through Wire
Transfer / Irrevocable Letter of Credit within 30days to be opened through our Banker
after supply, acceptance. If the mode of payment is through Irrevocable Letter of
Credit, Third Party Inspection report is mandatory, so bidders are requested to mention
the rates for TPI charges in the BOQ. NO ADVANCE PAYMENT WILL BE
CONSIDERED. 90% of the contract value will be paid after supply and
11 | P a g e
acceptance and balance (10%) will be paid after completion of the entire
warranty period through wire transfer.
53. Shipment: Generally, Part shipment and Transhipment are not permitted. If
required for, the bidder has to indicate the reason. All risk insurance should be taken,
covering the entire shipment up to supply and acceptance of the item within the
quoted price. Please indicate the Port of Shipment along with the country of origin of
the Supply.
54. Demurrage: Demurrage Charges, if any, Payable on Account of Delay in Receipt
of Advance Copies of Invoice / Shipment Documents will be debited to Your Account.
In the absence of clear documentation, the cargo cannot be cleared and cargo will be
kept uncleared and will lie at Bailee’s premises at the risk and cost of contractor.
55. Customs Clearance: 1. All Bills of Entry must be filed with customs prior to
arrival of the vessel or aircraft latest by next day of arrival of the vessel or aircraft.
Failing which penalty of Rs.5000/- (approx. $ 75) per day shall be levied by Indian
customs for the delay of first three days.
2. Rs.10000/- (approx. $150) per day shall be levied for delay in filling bill of entry
beyond three days of arrival of the vessel or aircraft
3. This has come into effect on 31.03.2017.
4. Customs duty on bill of entry to be paid on the same day failing which penal interest
payable on customs duty.
5. Free customs clearance period is reduced to 2 days from 3. Hence, it is requested to
note this change and ensure that all/ complete documents (1. Airway bill, 2. Invoice
copy 3. Packing List 4. Insurance Copy) at least 02 working days prior on the date of
arrival of the shipment at Chennai airport so that bill entries are filed by NIOT. If any
delay is attributable to the shipper on the above, the penalty/penal interest will be
adjusted in shipper’s invoice from due payment.
56. Termination: NIOT retain the right to terminate the contract in case of violations
of any of the terms of the contract by giving 15 days’ notice to the contract. Upon such
termination, the contract shall not be entitled for any payment of consideration apart
from NIOT’s right to take any lawful action to protect public interest. The LOI/
Purchase order placed will be cancelled and the Performance security BG or any other
Bank Guarantee amount will be forfeited.
57. INDEMNITIES: The Purchase order/LOI hereby agrees to indemnify and hold
harmless NIOT and its Director, officers and employees, from and against any and all
suits, losses, liabilities, damages, claims, settlements, costs and expenses, including
reasonable attorneys’ fees, based on or arising, directly or indirectly, from:
i. breach of this Agreement by the Purchase order/LOI.
ii. Not performing the Scope of Work or any other obligation under this Agreement or
Tender in accordance with the provisions and schedules of this Agreement or the
Tender
iii. Violation or contravention of any Legislation on the part of the Purchase order/LOI.
iv. Any negligence or wilful misconduct of Purchase order, which violates any provision
of this Agreement
v. Infringement of any intellectual property belonging to any third party by the
Purchase order/LOI.
vi. Any breach of an agreement or understanding between Purchase order/LOI and any
and all Third Parties due to which a liability arises on NIOT.
12 | P a g e
vii. Any claim that any representations or warranties contained herein are not true or
Any breach thereof
viii. Any loss or damage caused by the Purchase order/LOI to NIOT, its personnel or
property ix. Any loss or damage caused by the Purchase order/LOI to any and all Third
Parties for which a claim against NIOT has arisen
x. Breach, expiry, cancellation, revocation or invalidity of any and all licenses, permits,
authorizations and registrations which the Purchase order/LOI is required to obtain,
keep valid and comply with under any Legislation in order to perform its obligations
hereunder
xi. Any obligation of the Purchase order/LOI performed by NIOT under this Agreement
or under any Legislation.
58. Shipping Instructions: If Seller uses wood packaging materials such as pallets,
crates, boxes, dunnages, cases, skids and pieces of wood used to support or brace
cargo being imported into India, it shall be heat treated or fumigated with methyl
bromide in accordance with EPA label instructions and include a mark that certifies the
wood completed the required treatment under the guidelines for Regulating Wood
Packaging Material in International Trade,¨ISPM 15 of the International Standards of
Phytosanitary Measures (ISPM) and any associated amendments, revisions or
exemption identified by the Regional Plant Quarantine Station, Chennai, India.
Purchase Order number(s) must appear on all correspondence, shipping labels, and
shipping documents, including all packing sheets, and invoices. All pallets must be
shrink-wrapped or banded.
I (i) Indigenous manufacturers and their authorized dealer and eligible and they will be
considered as Local Supplier Class –I/II for price preferences as per GOI Notification
vide OM bearing No. P-45021/2/2017-PP(BE-II) dated 04th June, 2020 and
again on 16th September 2020 issued by Department of Industry and
Internal Trade (Public Procurement Section), Ministry of Commerce &
Industry, Govt. of India.
(ii) In pursuant of the clarification vide GOI Notification vide OM bearing No. P-
45021/102/2019-PP(BE-II) (E-29930) dated 26.11.2020 issued by Public Procurement
13 | P a g e
Section, Department of Promotion of Industry and Internal Trade, Ministry of
Commerce and Industry, GOI that bidders offering imported products will fall
under the category of Non-Local Suppliers and they can’t claim themselves as
Class-I local supplier/Class-II local supplier by claiming profit, warehousing, marketing,
logistic, freight etc. as local value addition.
(iii) Since it is Global Tender Enquiry (GTE) thus non-supplier in terms of GOI
Notification vide OM bearing No. P-45021/2/2017-PP(BE-II) dated 04th June,
2020 and again on 16th September 2020 issued by Department of Industry
and Internal Trade (Public Procurement Section), Ministry of Commerce &
Industry, Govt. of India are also eligible for participation in the tender.
II Either the Indian Agent on behalf of the Principal/OEM or Principal/OEM itself can bid
but both cannot bid simultaneously for the same item/product in the same tender.
III Mitigations:
Procurements should preferably be made directly from the manufacturers. Either the
agent on behalf of the foreign principle or the foreign principal directly could bid in a
tender, but not both. Further, in cases where agents participate in a tender on behalf
of one manufacturer, they should not be allowed to quote on behalf of another
manufacturer along with the first manufacturer. Commissions and scope of services
to/by the agents should be explicit and transparent in the bids/contracts.
14 | P a g e
Section I Commercial Terms Compliance sheet (To be filled by bidder)
Sl. Page
Particulars Yes No
No Ref
15 | P a g e
Section II Technical Compliance sheet (to be filled by bidder)
SMP10 V Pyranometer
16 | P a g e
SGR4 V Pyrgeometer.
17 | P a g e
Section III Price Bid format
Unit Unit
Total TOTAL
SI. Description Of Quoted rate of rate of Total
QTY for 1st for 2nd
NO Material currency 1st 2nd Amount
year year
YEAR YEAR
SMP 10 – V
1 15 Nos
Pyranometer
18 | P a g e
Annexure 1
INTRODUCTION
Ocean Observation System of National Institute of Ocean Technology is involved
in deployment and maintenance of moored buoy network at various locations in Bay of
Bengal and Arabian Sea. These buoy systems are capable of measuring a variety of
meteorological parameters and sub-surface ocean parameters. Under this programme,
Pyranometer and Pyrgeometer are required for the measurement of short wave & long
wave radiation. The specification are given below
TECHNICAL DETAILS
SMP10 V Pyranometer:
19 | P a g e
24 Storage temperature range -40°C to +80°C
25 Humidity range 0 to 100%
26 Ingress Protection (IP) rating IP67
SGR4 V Pyrgeometer:
Scope of supply
20 | P a g e