Professional Documents
Culture Documents
ELIGIBILITY CRITERIA
a) General
The firm should have successfully completed minimum 5 projects of Supply and Installation of
PUF sandwich panels in Fish preservation industry/ Dairy industry/ Marine application in the
last 3 years from the date of floating of this tender
b) Financial criteria
The bidder shall have average annual turnover equivalent to 30 lakhs (INR) for the last three
financial years ending March 2021.
The Applicant (firm) who had applied for Corporate Debt Restructuring (CDR) in three years
viz., 2018-2019, 2019- 2020, 2020-2021 and till the due date for submission of the bid is not
eligible to participate in this tender.
The bidder shall furnish solvency certificate issued by a nationalized / scheduled bank for not
less than Rs. 30 lakhs (INR). The applicant shall submit the solvency certificate, not older than
3 (three) months prior to last date of submission of this tender.
(For more details, please see Clause No.9 of Purchase technical specification attached at Annexure-2)
Page 1 of 1
UNCLASSIFIED
Rev-0
This document contains 9 pages
DEP
.
Page 1/9
NO.
UNCLASSIFIED
COCHIN SHIPYARD Fishing Vessels Page No. 2/9
LTD Yard No. Spec.No. Rev.No. Prep. Chkd. Appvd.
(A GOVERNMENT OF INDIA
ENTERPRISE)
FV01 – FV30 N40010238500010 PHIL NKG MANOJ S
COCHIN –682 015
INDIA
Cochin Shipyard hereinafter called the yard is carrying out construction of Tuna Longliner cum
Gill Netter Fishing vessels (20 confirmed + 10 optional) intended for the deep-sea fishing. The
vessel will have adequate stability and good maneuvering capabilities under normal sea going
conditions and shall have a maximum speed of 8 knots.
The vessel is having a fish hold of approximate capacity 70 m3 covered with insulated PUF
sandwich panels with wooden partitions inside for proper stowage of ice and fish. The insulated
PUF sandwich panel shall be capable to maintain a temperature of -40C and strength
requirement of storing ice for proper storage of the fish as well. As a part of this tender, yard
intends to offload the supply and installation of the insulated PUF sandwich panel on a turnkey
basis through a capable firm hereinafter called the subcontractor.
The subcontractor should take proper estimation of all material required for supply and
installation of sandwich PUF panels for fish hold based on the technical requirements and
reference drawing provided at Annexure 1. All materials, workman ship and quality of material
for the construction shall be in accordance with good shipbuilding practice.
The following ambient conditions shall be considered for the design and material for
construction.
1. The PUF panel shall be of cam lock type and shall be CFC/HCFC free and the panels
shall have low weight with high load bearing capacity.
2. The fish hold shall be insulated with excellent and durable thermal insulation which
shall be water & vapor barrier.
3. The PUF panel for insulation shall have adequate fire resistance and free of thermal
bridges.
4. The Fish hold drawing should be prepared by the subcontractor including all the
construction details with the reference provided at Annexure 1 and to be submitted to yard
for approval.
5. The entire bottom, wall, ceiling and flashings as shown in the attached preliminary
Fish hold sketch shall be considered in the scope of supply. All the necessary fittings
shall also be included in vendor scope of supply. The fitment shall be turnkey in
nature. The attached sketch is for guidance only.
6. Sufficient deck opening of around 2.5m x 1.5m shall be provided by the yard for the
installation of the PUF sandwich panel. The subcontractor may indicate the necessary
opening size for installation of these panels. The subcontractor has to install the
panels as per launching schedule of the vessel.
7. All the in-way jobs associated with the installation of the PUF sandwich panels shall
be included in the scope of supply. Four nos. of light fittings shall be fitted in the fish
hold. Supply of light fittings and required cables shall be in the yards scope.
However, penetrations, sealing compounds/sealants shall be included in the
subcontractor’s scope of supply.
8. All fasteners, fixing flat bars/angles to be included in the scope of supply and shall
be of material SS 304.
COCHIN SHIPYARD Fishing Vessels Page No. 4/9
LTD Yard No. Spec.No. Rev.No. Prep. Chkd. Appvd.
(A GOVERNMENT OF INDIA
ENTERPRISE)
FV01 – FV30 N40010238500010 PHIL NKG MANOJ S
COCHIN –682 015
INDIA
9. The subcontractor shall make the provision for Pipe of adequate size for draining of
fish hold to drainage tank placed below the hold and routing the electrical cables for
lighting. Openings for the slurry ice making machine piping connections, supports
and evaporator coil supports shall be included in the supplier’s scope.
10. The unit price quoted per meter square (m2) for the supply and installation of each
sandwich panels shall be indicated in the offer separately.
11. Sealing compounds for all the penetration in fish hold shall be included in the
subcontractor’s scope of supply
12. The subcontractor to ensure proper insulation in way of hatch coaming and hatch
cover.
13. The installation and commissioning timelines shall be shared to the subcontractor 7
days in advance by the yard and subcontractor shall depute their competent
personnel and complete the same accordingly.
14. Employees of the subcontractor shall work in close co-ordination with yard
personnel, yard subcontractors with a conciliatory approach and team spirit to
complete the project as per schedule.
15. The transportation facilities like forklift and cranes etc. inside the yard for the
sandwich panel shall be provided by yard subject to availability.
16. The supply and installation of wooden partitions and supporting structure (Square
tube, C channel and other consumable) as indicated in Annexure 1 shall be quoted
separately as an option. This shall not be considered for determination of L1 bidder.
b). Onboard Test & trial: To verify the functionality and other requirements if any, the
firm has to conduct onboard tests as per the manufacture standard. Any defect during
this trial/tests shall be rectified/replaced by the subcontractor without any financial
implications to the yard.
7. SUPPLY OF DOCUMENTS
All documents shall be in English and metric system. The following documents shall be
submitted as listed below.
a) Documents to be submitted along with the offer
1) Dimensional drawings/ General arrangement drawing with CG marked and
connection points(x, y, z co-ordinates) indicated.
2) Material of panel internal and external and for walls and ceiling.
3) Installation procedure.
4) All relevant technical details including unit weight of items and the temperature at
which the fish hold can be maintained.
5) Compliance Matrix and Deviation list.
b) Documents within fifteen days after placement of Order/LOI (1 sets hard copies and
two soft copy (drawings in AutoCAD format))
c) Documents/Certificates to be supplied with each equipment (3 sets hard copy and two
soft copy unless otherwise mentioned)
8. GENERAL REMARKS
All materials, equipment, and components for use on-board shall be new, unexploited,
and suitable for marine application.
All outfitting shall be selected, and all construction shall be carried out, emphasizing
easy access for inspection, cleaning, maintenance and repair.
The quality of the construction, selection of outfitting materials/fittings and
workmanship shall be in accordance with good shipbuilding practice.
Entry passes for employees of the subcontractor shall be arranged by the yard. The
details of employees and the required details/documents shall be forwarded to yard
well in advance.
Materials/ tools and equipment return passes based on entry declaration of the
subcontractor. Subcontractor shall take adequate care in obtaining entry declaration
form while bringing in materials, tools, etc inside yard. Yard will not be liable to issue
COCHIN SHIPYARD Fishing Vessels Page No. 6/9
LTD Yard No. Spec.No. Rev.No. Prep. Chkd. Appvd.
(A GOVERNMENT OF INDIA
ENTERPRISE)
FV01 – FV30 N40010238500010 PHIL NKG MANOJ S
COCHIN –682 015
INDIA
return passes for items brought inside the yard by the supplier without a duly
authorized material declaration form as such items will be treated as yard property.
Permission for round the clock working shall be permitted subject to the yard rules
and regulations.
9. ELIGIBILITY CRITERIA
a. General
The firm should have successfully completed minimum 5 projects of Supply and
Installation of PUF sandwich panels in Fish preservation industry/Dairy industry/
Marine application in the last 3 years from the date of floating of this tender. (see note
i and ii)
b. Financial criteria
The bidder shall have average annual turnover equivalent to 30 lakhs (INR) for the
last three financial years ending March 2021.
The Applicant (firm) who had applied for Corporate Debt Restructuring (CDR) in
three years viz., 2018-2019, 2019- 2020, 2020-2021 and till the due date for submission
of the bid is not eligible to participate in this tender.
The bidder shall furnish solvency certificate issued by a nationalized / scheduled
bank for not less than Rs. 30 lakhs (INR). The applicant shall submit the solvency
certificate, not older than 3 (three) months prior to last date of submission of this
tender. (see Annexure 2)
Note:
i. The bidder shall submit the details of clients and self-attested copy of Purchase Order
(PO) for evaluation.
ii. CSL reserves the right to obtain clarifications or confirmation directly from the
bidder’s clients. CSL may visit the installations carried out by the bidder in order to
have firsthand information regarding the performance and after sales support
rendered by the firm. The Bidder shall co-ordinate for obtaining approval / consent
for the above-mentioned visit whereas travelling and all other expenses for the same
shall be borne by CSL. Final acceptance of the offer is subject to the receipt of
satisfactory feedback from the clients as mentioned above.
COCHIN SHIPYARD Fishing Vessels Page No. 7/9
LTD Yard No. Spec.No. Rev.No. Prep. Chkd. Appvd.
(A GOVERNMENT OF INDIA
ENTERPRISE)
FV01 – FV30 N40010238500010 PHIL NKG MANOJ S
COCHIN –682 015
INDIA
A compliance matrix in the following format shall be submitted by the supplier along
with the offer. Deviations from the Technical specification shall be specifically indicated.
SPEC.NO/OFFER NO:
VENDOR NAME AND ADDRESS:
PAGE NO:
NOTE: Notwithstanding any omission in this specification, all items/features required as per safe
working and good ship building practice shall be included in the offer by the bidder.
ANNEXURE - I
ANNEXURE – II
SOLVENCY CERTIFICATE
Certified that to the best of our knowledge and information (Insert name of
applicant)………………………, a customer of our bank is respectable and can be
treated as capable for executing the work up to a
limit of Rs. ………………………………….(
Rs.…………………………………………..).
Signature
Manager,
Bank
Note: This certificate may be issued on the letter head of the bank and
addressed to the General Manager (Design), Cochin Shipyard Ltd
GENERAL TERMS AND CONDITIONS OF ENQUIRY (Annexure -3)
Compliance
by Supplier
(YES/NO)
SL
Description In case of non
NO
compliance,
please provide
remarks.
Tenderers are to carefully go through the terms and conditions and the technical
specification of the items for which offers are called for. Tenderers have to adhere to
1 above and supply full technical scope of items along with compliance of commercial
conditions. CSL have full right upon deviations, if any, including rejecting the partial
scope/ complied offers.
Offers are to be furnished in duplicate and should be free from overwriting. Corrections
and additions, if any, must be attested. In the case of E-tender offers shall be submitted
2
only through CSL E- procurement portal. Incomplete/ ambiguous/ conditional offers
are likely to be rejected.
Technical checklist, if applicable and current general terms & conditions of enquiry
duly filled and signed and technical specifications of items offered (refer clause5),
should be submitted alongwith part-1 techno-commercial bid in the case of two-bid
3
tenders and along with the bid documents in the case of single bid. Non receipt of the
document may lead to rejection of offers. In the case of E tender filling up of GTC
check list in the portal itself is sufficient.
Spare/Tool requirements to be confirmed, if applicable
i) Standard Spares and tools shall be supplied. This shall include electrical spares
4
and Installation and commissioning spares.
ii) The same shall be included in offered costs and shall be a part of L1 evaluation.
Following Certificates is to be submitted for the item in the event of an order:
a) Valid type approval certificate from the classification society for navigation &
signal light (EC Type examination certificate)
b) Test certificate and inspection results
c) Complete details of light fittings supplied
d) Instruction/ Operation and Maintenance Manuals
e) Any other certificate required as per International Regulations in force
SPECIFICATIONS:-
a) Manufacturer’s name, their trade mark and brand, if any, should invariably be
mentioned and illustrative leaflets giving technical particulars (technical details of
5 items offered including technical literature) etc., should be attached to the offer.
b) Materials offered shall conform to CSL specifications and drawings.
c) Samples are to be supplied free of cost in the event of requirement by CSL. The
detailed working drawing, if called for, is also to be furnished for approval before
commencement of manufacture.
6 Packing materials should be eco friendly.
7 Supplier should follow the statutory requirements of product offered.
Products supplied shall be non toxic and harmless to health. In case of toxic materials,
8
Materials Safety Data Sheet may be furnished along with the material.
9 COMMISSIONING:- Service engineer assistance for commissioning is to be included
in scope and costs.
b) Cost considered to include travel tickets, lodging and local transport costs.
c) Additional manday rates to be indicated separately (all inclusive of cost for lodging
and local transport etc.) for extension beyond agreed mandays.
d) Whether the applicable taxes in India shall be borne by CSL/Supplier (In the case of
foreign vendors)
e) Income tax liability of non resident service engineer based on his period of stay in
India shall not be borne by CSL
f). The non resident vendor/service provider shall provide such documents that are
necessitated by the Indian income tax laws so as to enable CSL to comply with the
provisions of Indian statute and for payments of income tax in India. Following
documents shall be sought by CSL in this regard
(i) Certificate under 10 (F)
(ii) Tax residency certificate
(iii) The certification regarding the existence/non existence of business connection or
permanent establishment in India.
(The above is only an indicative list)
Taxes and duties, if any, payable extra are to be indicated in the price part for single
10
bid and in techno commercial part and price part (in the case of 2 bid tender).
MSEs, Startups and Make in India
a) Local Suppliers (Make In India), MSME firms and Startups will be eligible for
various Relaxations in pre-qualification criteria and other Benefits as per the orders
11
promulgated by Government of India. Bidders are advised to refer the details of
various Benefits and Relaxation in pre-qualification criteria as published at CSL
website (www.cochinshipyard.com) under the Tenders tab for further reference.
Delivery time required for supplies should be indicated in the offer (including time
12 frame for drawing preparation, class approvals, manufacture etc.). Please note,
required date of items at CSL is as per page 1 of tender enquiry.
SHIPMENT
a. Supplier shall intimate CSL the readiness of the Equipment/ Machinery/
13 Components and Parts prior to fourteen days of shipment.
PAYMENT TERMS:
a) For Material Supply with commissioning :- CSL payment term is 90% along with
100% applicable taxes within 30 days from the date of receipt and acceptance of
materials at CSL stores after inspection and balance 10% on satisfactory
completion of commissioning certified by CSL.
14
b) For Installation & Commissioning: - 100% payment within 30 days after
completion of installation & commissioning. Work completion certificate issued
by CSL outfit dept. duly signed to be furnished for releasing payment.
Class I local supplier /Class II local supplier at the time of tender shall indicate
% of local content and provide self certification that offered item shall meet the
1
local content requirement for ClassI/Class II as applicable including details of
locations at which local value addition is made.
Verification of the Certificates issued by the bidder shall be carried out by CSL
3 on random basis. False declarations will attract actions as stipulated in the order
referred , including other actions as permissible by law.
Tender conditions for Restriction of bidders sharing land border with India vide Office
memorandum dt 23.7.2020 Order - Public Procurement no 1 dt 23.7.2020, Order no 2 dt 23.7.2020
and Order no 3 dt 24.7.2020
A Requirement of registration
Any bidder from a country which shares a land border with India will be eligible to bid in this
tender only if the bidder is registered with competent authority as per C below .In works contracts
, including turkey contracts , contractors shall not be allowed to sub contract works to any
contractor from a country which shares a land border with India unless such contractor is
registered with Competent authority. Relevant certificate to be submitted by bidder from a country
which shares land border with India except for bidders to which Govt of India has extended lines
1
of Credit or in which Govt of India has development projects,alongwith the offer as proof of
registration with competent authority , failing which the offer will not be considered. A certificate
is to be submitted by the bidder for compliance with the order referred above alongwith tender
documents for consideration of offer(Wordings are as per Clause below) .If such certificate given
by a bidder whose bid is accepted is found to be false, this would be a ground for immediate
termination and further legal action in accordance with law.
I have read the clause regarding restrictions on procuerement from a bidder of a country which
shares a land border with India. I hereby 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 . (Evidence of valid
registration by the competent authority shall be attached wherever aplicable) .
Wordings of certificate to be submitted alonwgith tender documents for Works involving
2
possibility of sub contracting
I have read the clause regarding restrictions on procurement from a bidder of a country which
shares a land border with India and on sub contracting to contractors from such countries . I certify
that this bidder is not from such a country or if from such a country has been registered with the
competent authority and will not subcontract any work to a contractor from such countries unless
such contractor is regsitered with the competent authority . I hereby certify that this bidder fulfils
all requirements in this regard and is eligible to be considered(Evidence of valid registration by
the competent authority shall be attached wherever aplicable)
B Validity of registration
Registration should be valid at the time of submission of bids and at the time of acceptance of
bids. In respect of supply otherwise than by tender, registration should be valid at the time of
1
placement of order.If the bidder is validly registered at the time of acceptance /order placement ,
registration shall not be a relevant consideration during contract execution.
C Competent authority and Procedure for registration
The competent authority for the purpose of registration under the order shall be Registration
committee constitued by the Departemnt of Promotion of Industry and Internal Trade(DPIIT) .
1 Details of the committee and procedure for registration and restrictions shall be as per Ann I of
the Order - Public Procurement no 1 dt 23.7.2020 issued by Ministry of Finance , department of
Expenditure.
D Definition of Bidder and Bidder from a country sharing land border with India
Bidder is defined as any person or firm or company incluing any ,member of a consortium or joint
venture , every artificial, juridical person not falling in any of the descriptions of bidders stated
1
hereinbefore , including any agency , branch or office controlled by such person , participating in
a procurement process.
"Bidder from a country which shares a land border with India" for the purpose of this Order
means:-
a) An entity incorporated, established or registered in such a country; or
b) A subsidiary of an entity incorporated, established or registered in such a country; or
c) An entity substantially controlled through entities incorporated, established or registered in
2 such a country; or
d) An entity whose beneficial owner is situated in such a country; or
e) An Indian (or other) agent of such an entity; or
f) A natural person who is a citizen of such a country; or
g) A constitution or joint venture where any member of the consortium or joint venture falls
under any of the above.
Beneficial Owners
- as defined in the Department of Expenditure Order (Public Procurement No.1) issued vide No.
F.No.6/18/2019-PPD dated 23rd July, 2020.
Details of all beneficial owners having entitlement of more than 01% of shares or capital or profit
to be given, in the format as given in Annexure-I duly certified by practicing Chartered Account
in India.
Annexure – 4
Note:
(i) L1 shall be determined based on the price for the above confirmed 20 shipsets.
(iii) Unpriced price bid format (which is an exact replica of the price bid except that the price is blanked) to
be submitted along with techno commercial bid with details like percentage of taxes & duties applicable
and stating "Quoted" or "Not Quoted" or "Not Applicable" or “By CSL” to be mentioned for each line
item.
(iv) CSL has an option for ordering 10 more shipsets at same Purchase order rate, terms & conditions
subject to confirmation of order on or before 31st December 2021. In case of any reduction in price for
above optional vessels, the same shall be indicated in the price bid as below:
Signature :
Page 1 of 2
OPTIONAL PRICE BID FORMAT
Sl.
DESCRIPTION Unit Rate (INR)
No.
The Unit Price per meter square (m2) for the supply and installation of
1
each sandwich panels
(Good quality Anjili wooden planks with soft part fully removed having
2
adequate length as shown in the attached drawing having finished width
of each plank 1 feet (4 Nos. Plank on each partition) and thickness 25
mm approx.) - Refer Clause No.4 of PTS
Square Tube
C channel
Other Consumables
(The above prices shall not be considered for the determination of L1 bidder)
Signature :
Page 2 of 2
! 8 (
:!
@ -?! 3!
. ??3 L ,
0 ! 33!
L -?! 3!
>
>L!3.
;-9
!
33=<
:!-
/)%=3?*!
3=>
/2 )
0>3!XXXXXXXX;
"& !+'<; + ''S' S<
5= + XXXXXXXXXXXX
XXXXXXXX
HXXXXXXXXXX8XXXXXXXXXX;
"+ +
+75<; + ''S S<
!
0>3! '
>
> L!3. ;:
+
''S. S< ' ''+. 7 : 5- +
"+
+"' 7'G '
7
!
0>3!7 $ $' : 5-
0 >33 7 XXXXXX ;
" + : 5< $ > ++
XXXXXXXXX;! + > ++< ++
XXXXXXXX ;! + 8 < ; + '' S : 5S<
++" 7 - '. = '++' '+
XXXXXXXXXX; "+- <XXXXXXXXXX7<
0= 5=
$ '
5
" 8 '
- !"
+
" 7 "
+''7
"H
L "+
' +' ;<
7'
!
" +
"'
F 7" F
5
'
0=: 5=+ "+ +"+
+05+"+
+ "7
"
" 7. ' ''
7
' +"
' '
= 7
7 $+
= "+ 0=
: 5=+
+ 5 ''
' '
7
H
' '
: 5 - '' 8 XXXXXXXXX
;XXXXXXXXXXXXXXXXXXXXXXXXXXXXX'
<
: 5- ''$ '; <
%0 ' '
"
+ 5 '
'
+ . $ 7 ' " " +
XXXXXXXXXXX;$ '
<
!
" +
" "$
++75
+$ '
'7$' "+"
$ '
=
' '
7'' 7''+'
"'' $7
L'
=
'+
HXXXXXXXXXXXXXXXXXXXXXXXXXX
"+
: 5HXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
!HXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
HXXXXXXX
] ^
! " ''
- = +
+ " $ '' , 3,
ANNEXURE 07
PRE CONTRACT INTEGRITY PACT
COCHIN SHIPYARD LIMITED
MATERIALS DEPARTMENT
General
This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on …. day of
the month of ……….. , between, on one hand, the President of India acting through Deputy
General Manager, Cochin Shipyard Ltd (CSL) having its registered office at Cochin, Kerala India
(hereinafter called the “PRINCIPAL”, which expression shall mean and include, unless the context
otherwise requires, his successors in office and assigns) of the First part and
M/s……………represented by Shri………………, Chief Executive Officer (hereinafter called the
“BIDDER/Seller” which expression shall mean and include, unless the context otherwise requires,
his successors and permitted assigns) of the second part.
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair, transparent and free from any
influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be
entered into with a view to:-
Enabling the PRINCIPAL to obtain the desired said stores/equipment/item at a competition price in
conformity with the defined specifications by avoiding the high cost and the distortionary impact
of corruption on public procurement, and
Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure
the contract by providing assurance to them that their competitors will also abstain from bribing
and other corrupt practices and the PRINCIPAL will commit to prevent corruption, in any form,
by its officials by following transparent procedures.
The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:-
1.1 The PRINCIPAL undertakes that no official of the PRINCIPAL, connected directly or
indirectly with the contract, will demand, take a promise for or accept, directly or
through intermediaries, any bribe, consideration, gift, reward, favour or any material
or immaterial benefit or any other advantage from the BIDDER, either for themselves
or for any person, organization or third party related to the contract in exchange for an
advantage in the bidding process, bid evaluation, contracting on implementation
process related to the contract.
25.1
!
1.2 The PRINCIPAL will, during the pre-contract stage, treat all BIDDERs alike and will
provide to all BIDDERs the same information and will not provide any such
information to any particular BIDDER which could afford an advantage to that
particular BIDDER in comparison to other BIDDERs.
1.3 The officials of the PRINCIPAL will report to the appropriate Government office any
attempted or completed breaches of the above commitments as well as any substantial
suspicion of such a breach.
2 In case any such preceding misconduct on the part of such official(s) is reported by the
BIDDER to the PRINCIPAL with full and verifiable facts and the same is prima facie found
to be correct by the PRINCIPAL, necessary disciplinary proceedings, or any other action as
deemed fit, including criminal proceedings may be initiated by the PRINCIPAL and such a
person shall be debarred from further dealings related to the contract process. In such a case
while an enquiry is being conducted by the PRINCIPAL the proceedings under the contract
would not be stalled.
Commitments of BIDDERs
4. The BIDDER commits itself to take all measures necessary to prevent corrupt practices,
unfair means and illegal activities during any stage of its bid or during any pre-contract
3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of the PRINCIPAL,
connected directly or indirectly with the bidding process, or to any person, organization
or third party related to the contract in exchange for any advantage in the bidding,
evaluation, contracting and implementation of the contract.
3.2 The BIDDER further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favour, any material or
immaterial benefit or other advantage, commission, fees, brokerage or inducement to
any official of the PRINCIPAL or otherwise in procuring the Contract or forbearing to
do or having done any act in relation to the obtaining or execution of the contract of any
other contract with the government for showing or forbearing to show favour or
disfavor to any person in relation to the contract of any other contract with the
Government.
3.3 BIDDERs of foreign origin shall disclose the name and address of their Indian agents
and representatives, if any and Indian BIDDERs shall disclose their foreign principals
or associates, if any.
3.4 BIDDERs shall disclose the payments to be made by them to their Indian
agents/brokers or any other intermediary, in connection with this bid/contract and the
payments have to be in Indian Rupees only.
25.2
!
3.5 The BIDDER further confirms and declares to the PRINCIPAL that the BIDDER is the
original manufacturer/ integrator/authorized agent of the stores/equipment/items and
has not engaged any individual or firm or company whether Indian or foreign to
intercede, facilitate or in any way to recommend to the PRINCIPAL or any of its
functionaries, whether officially or unofficially to the award of the contract to the
BIDDER, nor has any amount been paid, promised or intended to be paid to any such
individual, firm or company in respect of any such intercession, facilitation or
recommendation.
3.6 The BIDDER, either while presenting the bid or during pre-contract negotiations or
before signing the contract, shall disclose any payments he has made, is committed to or
intends to make to officials of the PRINCIPAL or their family members, agents, brokers
or any other intermediaries in connection with the contract and the details of services
agreed upon for such payments.
3.7 The BIDDER will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting
and implementation of the contract.
3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair
means and illegal activities.
3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain,
pass on to others, any information provided by the PRINCIPAL as part of the business
relationship, regarding plans, technical proposals and business details, including
information contained in any electronic data carrier. The BIDDER also undertakes to
exercise due and adequate care lest any such information is divulged.
3.10 The BIDDER commits to refrain from giving any complaint directly or through any
other manner without supporting it with full and verifiable facts.
3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of
the actions mentioned above.
3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the
BIDDER, either directly or indirectly, is a relative of any of the officers of the
PRINCIPAL, or alternatively, if any relative of an officer of the PRINCIPAL has
financial interest/stake in the BIDDER’s firm, the same shall be disclosed by the
BIDDER at the time of filing of tender.
The term ‘relative’ for this purpose would be as defined in section 6 of the Companies
Act 1956.
3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee or the PRINCIPAL.
25.3
!
4. Previous Transgression
4.1 The BIDDER declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pact, with any other company in any
country in respect of any corrupt practices envisaged hereunder or with any Public
Sector Enterprise in India or any Government Department in India that could justify;
BIDDER’s exclusion from the tender process.
4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can
be disqualified from the tender process or the contract, if already awarded, can be
terminated for such reason.
5.1 While submitting commercial bid, the BIDDER shall deposit an amount NIL (to be
specified in RFP) as Earnest Money as applicable/Security Deposit, with the
PRINCIPAL through any of the following instruments:
(iii)Any other mode or through any other instrument (to be specified in the RFP).
5.2 The Earnest Money if applicable/Security Deposit shall be valid upto the complete
conclusion of the contractual obligations to the complete satisfaction of both the
BIDDER and the PRINCIPAL, including warranty period.
5.3 In case of the successful BIDDER a clause would also be incorporated in the Article
pertaining to Performance Bond in the Purchase Contract that the provisions of
sanctions for Violation shall be applicable for forfeiture of Performance Bond in case of
a decision by the PRINCIPAL to forfeit the same without assigning any reason for
imposing sanction for violation of this Pact.
6.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or
acting on its behalf (whether with or without the knowledge of the
25.4
!
BIDDER) shall entitle the PRINCIPAL to take all or any one of the following actions,
wherever required:-
(i) To immediately call off the pre contract negotiations without assigning any
reason or giving any; compensation to the BIDDER. However, the proceedings
with the other BIDDER(s) would continue.
(ii) The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit/
Performance Bond (after the contract is signed) shall stand forfeited either fully
or partially, as decided by the PRINCIPAL and the PRINCIPAL shall not be
required to assign any reason therefore.
(iii) To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER.
(iv) To recover all sums already paid by the PRINCIPAL, and in the case of an
Indian BIDDER with interest thereon at 2% above the prevailing Prime Lending
Rate of State Bank of India, while in case of a BIDDER from a country other
than India with interest thereon at 2% above the LIBOR (London Inter Bank
Offer Rate). If any outstanding payment is due to the BIDDER from the
PRINCIPAL in connection with any other contract for any other stores, such
outstanding payment could also be utilized to recover the aforesaid sum and
interest.
(v) To encash the advance bank guarantee and performance bond/warranty bond, if
furnished by the BIDDER, in order to recover the payments, already made by
the PRINCIPAL, along with interest.
(vi) To cancel all or any other contracts with the BIDDER. The BIDDER shall be
liable to pay compensation for any loss or damage to the PRINCIPAL resulting
from such cancellation/recession and the PRINCIPAL shall be entitled to deduct
the amount so payable from the money(s) due to the BIDDER.
(vii) To debar the BIDDER from participating in the future bidding processes of CSL
for a minimum period as deemed appropriate, which any be further extended at
the discretion of the PRINCIPAL.
(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any
middleman or agent or broker with a view to securing the contract.
(ix) In cases where irrevocable Letters of Credit have been received in respect of any
contract signed by the PRINCIPAL with the BIDDER, the same shall not be
opened.
25.5
!
(x) Forfeiture of Performance Bond in case of a decision by the PRINCIPAL to
forfeit the same without assigning any reason for imposing sanction for violation
of this pact.
6.2 The PRINCIPAL will be entitled to take all or any of the actions mentioned at para
6.1(i) to (x) of this pact also on the Commission by the BIDDER or any one employed
by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of
an offence as defined in chapter IX of the Indian Penal code, 1860 or Prevention of
Corruption Act, 1988 or any other statute enacted for prevention of corruption.
6.3 The decision of the PRINCIPAL to the effect that a breach of the provisions of this pact
has been committed by the BIDDER shall be binding on the BIDDER. However, the
BIDDER can approach the Independent Monitor(s) appointed for the purposes this Pact.
7 Fall Clause
7.1 The BIDDER undertakes that it has not supplied/is not supplying similar
product/systems/items or subsystems at a price lower than that offered in the present bid
in respect of any other Ministry/Department of the Government of India or PSU and if it
is found at any stage that similar product/systems or sub systems/items was supplied by
the BIDDER to any other Ministry/Department of the Government of India or PSU at a
lower price, then that very price, with due allowance for elapsed time, will be applicable
to the present case and the difference in the cost would be refunded by the BIDDER to
the PRINCIPAL, if the contract has already been concluded.
8 Independent Monitors
……………………………………..
……………………………………..
……………………………………..
……………………………………..
……………………………………..
……………………………………..
8.2 The task of the Monitors shall be to review independently and objectively, whether and
to what extend the parties comply with the obligations under this Pact.
8.3 The Monitors shall not be subject to instructions by the representatives of the parties
and perform their functions neutrally and independently.
8.4 Both the parties accept that the Monitors have the right to access all the documents
relating to the project/procurement, including minutes of meetings.
25.6
!
8.5 As soon as the Monitor notices, or has reason to believe, a violation of this pact, he will
so inform the Authority designated by the PRINCIPAL.
8.6 The PRINCIPAL accepts that the Monitor has the right to access without restriction to
all Project documentation of the BUYER including that provided by the BIDDER. The
BIDDER will also grant the Monitor, upon his request and demonstration of a valid
interest, unlimited access to his project documentation. The same is applicable to
Subcontractors. The Monitor shall be under contractual obligation to treat the
information and documents of the BIDDER/Subcontractor(s) with confidentiality.
8.7 The PRINCIPAL will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an impact
on the contractual relations between the parties. The parties will offer to the Monitor
the option to participate in such meetings.
8.8 The Monitor will submit a written report to the designated Authority of PRINCIPAL
/Secretary in the Department/ within 8 to 10 weeks from the date of reference or
intimation to him by the PRINCIPAL /BIDDER and, should the occasion arise, submit
proposals for correcting problematic situations.
9 Facilitation of Investigation
This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of
the PRINCIPAL.
The actions stipulated in this Integrity Pact are without prejudice to any other legal action that
may follow in accordance with the provisions of the extent law in force relating to any civil
or criminal proceedings.
12 Validity
12.1 The validity of this Integrity Pact shall be from date of its signing and extend upto 5
years or the complete execution of the contract to the satisfaction of both the
PRINCIPAL and the BIDDER/Seller, including warranty period, whichever is later. In
case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the
date of the signing of the contract.
25.7
!
12.2 Should one or several provisions of this Pact turn out to be invalid; the remainder of this
pact shall remain valid. In this case, the parties will strive to come to an agreement to
their original intentions.
PRINCIPAL BIDDER
Name of the Officer CHIEF EXECUTIVE OFFICER
Designation
Dept./MINISTRY/PSU
Witness Witness
1……………………………………… 1………………………………….
2…………………………………….. 2…………………………………..
* Provisions of these clauses would need to be amended/deleted in line with the policy of the
BUYER in regard to involvement of Indian agents of foreign suppliers.
25.8