TOTAL NUMBER OF PAGES - Shipping Corporation of India

45
1 TOTAL NUMBER OF PAGES : 45 *Pls refer to the Pre Bid Meeting details shown below in Part-I / Section-I Sr.No. 7.0 for Meeting Link / ID & Password. THE SHIPPING CORPORATION OF INDIA LIMITED E-Tender for Supply of Text Books and Stationery Items for Nautical and Engineering Courses at SCI-MTI, Powai, Mumbai. Tender No. : SCI/MTI/TEXT BOOKS & STATIONERY/2020 E-Tender No. : RFx 9000028871 Due Date : 07.12.2020 : 1700 Hrs IST Pre Bid Date : 23.10.2020 (at 1500 Hrs on Webex*) Earnest Money Deposit (EMD) : Rs. 27,000.00 Tender Fees : Rs. 2,950.00 ATTENTION THIS IS AN ELECTRONIC TENDER For Participation in this Tender, please visit our website https://etender.sci.co.in For detailed Guidelines on participation in e-tender, refer “Ready Reckoner” for Tenderers links on the website. Tenderers, who wish to participate should request for User ID and Password by registering on the website.

Transcript of TOTAL NUMBER OF PAGES - Shipping Corporation of India

1

TOTAL NUMBER OF PAGES : 45

*Pls refer to the Pre Bid Meeting details shown below in Part-I / Section-I

Sr.No. 7.0 for Meeting Link / ID & Password.

THE SHIPPING CORPORATION OF INDIA LIMITED

E-Tender for Supply of Text Books and Stationery

Items for Nautical and Engineering Courses at

SCI-MTI, Powai, Mumbai.

Tender No. : SCI/MTI/TEXT BOOKS & STATIONERY/2020

E-Tender No. : RFx 9000028871

Due Date : 07.12.2020 : 1700 Hrs IST

Pre Bid Date : 23.10.2020 (at 1500 Hrs on Webex*)

Earnest Money Deposit (EMD) : Rs. 27,000.00

Tender Fees : Rs. 2,950.00

ATTENTION

THIS IS AN ELECTRONIC TENDER

For Participation in this Tender, please visit our website

https://etender.sci.co.in

For detailed Guidelines on participation in e-tender, refer

“Ready Reckoner” for Tenderers links on the website.

Tenderers, who wish to participate should request for

User ID and Password by registering on the website.

2

THE SHIPPING CORORATION OF INDIA LTD., MARITIME TRAINING INSTITUE,

52-C, A.S. MARG, RAMBAUG, CHANDIVALI, POWAI, MUMBAI-400 072.

SCI-MTI/2020-2022

NOTICE INVITING E-TENDER FOR SUPPLY OF TEXT BOOK AND STATIONERY ITEMS FOR NAUTICAL AND

ENGINEERING COURSES AT SCI-MTI, POWAI, MUMBAI (TWO BID).

1. E-Tenders are invited by The Shipping Corporation of India Ltd., Mumbai (hereinafter referred

to as “the Corporation”) from reputed parties for supply of Text Books indicated in price offer

(Part-II), for Nautical and Engineering courses at SCIMTI, Powai, Mumbai in Two Bid Format.

2. Tenderers should have at least two years relevant experience in last five years in the business

of supplying Text Books to Marine Training Institutions.

3. The commencement of courses and number of candidates in the courses are subject to the SCI’s decisions

depending upon the requirement and hence the number of participants may change. The exact requirement

of text books depends upon the number of candidates joining the course(s). Therefore MTI/SCI reserves the

right to reduce the number of text books sets at the time of placing order for every course.

4. The detailed Tender is available only on our e-tender website/portal i.e. http://etender.sci.co.in. The

encrypted tender document is published over portal for tenderers to participate in the tender. Tenderers

need to register themselves to participate in e-tender (they will receive system generated user id and

password for logging into the e-tender portal).

5. Tenderer will submit their response against the tender on the portal only duly digitally signed by them which

gets saved in the system in encrypted format. No manual / postal / Email / Fax offers will be

entertained/accepted. The Bidder / Tenderer is requested to sign all the papers comprising Technical Bid and

Price Bid. The Bidders/Tenderers is requested to quote the rates in the Price Bid” keeping in view the terms

and conditions of the Tender Document and tender is liable to be rejected if any change in the terms and

conditions is proposed.

5. Tender quotation should be strictly in line with the” Rate Clause” of “General Terms & Conditions” (PART –I) and

“PRICE OFFER” Format (PART –II) of the tender.

6. The tenderers are required to submit along with the tender Earnest Money Deposit of Rs. 27,000.00 (Rupees

Twenty seven Thousand Only) by Electronic remittance. This amount will be refunded after finalization of

the tender. No interest will be paid on EMD amount. The Tenders received without EMD will be summarily

rejected. (ii) The copy of Electronic remittance must be attached along with Technical Offer (Part-I).

7. Time schedule of tendering is specified below :

1 Issue of Tender Document (On SRM Portal) From 15.10.2020 To 05.11.2020 at 17.00 HRS

2 Tender Document Fee (Non-Refundable) Rs. 2,950.00 (Rupees Two Thousand Nine

Hundred Fifty Only)

3 Pre-Bid Meeting 23.10.2020 at 15.00 HRS (On Webex*)

4 Date and Time of Opening of Technical Bid 08.12.2020 at 12.00 Hrs.

5 Date and Time of opening of Price Bid Will be intimated to Technically Qualified

Bidders at a later date.

6 Earnest Money Deposit (EMD) EMD of Rs. 27,000.00 (Rupees Twenty Seven

Thousand Only) required to submit along with

the tender by Electronic Remittance.

3

8. The period of contract arrangement shall be of two years from the date of contract commencement as decided

by the Corporation. The Corporation has sole option to extend the contract twice by three months each after

expiry of the two years contract. The rates for extension period shall be the existing contract rates (to be

finalized through this tender) or the new contract rates (to be finalized subsequently for fresh contract),

whichever is lower. The differential amount, if any, shall be settled by way of credit note.

PROCUREMENT :

Only online tenders submitted on our e-tendering portal (http:etender.sci.co.in) will be accepted.

No manual / postal / E-mail / Fax offers will be entertained / accepted.

In case of difficulties in uploading the tender documents on portal (http : etender.sci.co.in), can contact our

SRM Helpdesk Team on Phone No. : 022-22772343 & 022-22772349 and e-mail ID ([email protected]).

PRINCIPAL

4

S E C T I O N D E S C R I P T I O N. P A G E N O.

PART-I - (TECHNICAL OFFER) 05

SECTION - I : GENERAL INFORMATION & INTRODUCTION TO SCI--MTI 06 to 11

SECTION – II : ESENTIAL CONDITION - ELIGIBILITY CRITERIA 12

SECTION – III : FORM OF PARTICULARS 13 to 14

SECTION - IV : GENERAL TERMS AND CONDITIONS 15 to 29

SEECTION – V : LIST OF DOCUMENTS TO BE ATTACHED TO TECHNICAL

BID 30 to 31

SECTION – VI : POLICY AND GUIDELINES FOR REMOVAL /

SUSPENSION / BANNING OF ENTITIES 32 to 40

PART-II - (PRICE OFFER) RFx 9000028871 ANNEXURE - A 41

TEXT BOOKS FOR DIPLOMA IN NAUTICAL SCIENCE (DNS)

ITEMS UNDER PRICE BID (PART-II) 42 to 43

TEXT BOOKS FOR ENGINEERING COURSE

ITEMS UNDER PRICE BID (PART-II 44

TEXT BOOKS FOR ETO COURSE

ITEMS UNDER PRICE BID (PART-II) 45

TABLE OF CONTENTS.

5

THE SHIPPING CORPORATION OF INDIA LTD.

(A Government of India Enterprise)

MARITIME TRAINING INSTITUTE,

PART – I

TECHNICAL OFFER

6

E-TENDER FOR SUPPLY OF TEXT BOOK AND STATIONERY ITEMS FOR NAUTICAL AND ENGINEERING

COURSES AT SCI-MTI, POWAI, MUMBAI (TWO BID).

GENERAL INFORMATION AND INTRODUCTION TO SCI – MTI.

1.0 The Maritime Training Institute (MTI) located at the Southern bank of the Powai Lake in North Eastern Mumbai

is a department of the “Navaratna” Central Public Sector undertaking, The Shipping Corporation of India Ltd

(SCI). MTI provides Maritime Education and Training. MTI also imparts education on Maritime affairs. The

various course participants comprise of ship’s officers –Senior, Middle, Junior level, cadets and crew members.

Besides this, training for all personnel from the shore offices is also provided. Presently we are training more

than 300 participants per day on an average.

1.1The Shipping Corporation of India Ltd, a Government of India Enterprise having its Maritime Training

Institute, at Powai, Mumbai invites E-Tender from reputed firms having minimum two years relevant

experience during the last five years in Supply of Text Books and Stationery Items, for entering into a

contract for a period of two years with two extensions of three months each at same rates, terms and

conditions, at the sole option of SCI-MTI.

1.2 The commencement of courses and number of candidates in the courses are subject to the SCI decisions

depending upon the requirement and hence the number of participants may change. The exact requirement

of text books depends upon the number of candidates joining the course(s). Therefore MTI/SCI reserves

the right to reduce the number of text books sets at the time of placing order for every course.

2.0 EXPERIENCE :

Tenderers should have at least two years relevant experience in last five years in the business of supplying

Text Books to Marine Training Institutions. Also, the parties should have Average Annual Turnover of

Rs. 04 Lakhs during the last 3 financial years ending with 31st March of the previous financial year.

Bidders are required to submit the Work Orders & Delivery Challans for the works executed.

3.0 PERIOD OF CONTRACT :

The period of contract arrangement shall be two years from the date of contract commencement as decided

by the Corporation. The Corporation has sole option to extend the contract twice by three months each after

expiry of the two years contract period.

The rates for extension period shall be the existing contract rates (to be finalized through this tender) or the

new contract rates (to be finalized subsequently for fresh contract), whichever is lower. The differential

amount, if any, shall be settled by way of credit note.

1. This short notice Tender Notice is also available on SCI website www.shipindia.com and Govt. website

http://eprocure.gov.in/epublish/app .

2. The detailed Tender is available only on our e-tender website/portal i.e. http://etender.sci.co.in. The

encrypted tender document is published over portal for tenderers to participate in the tender. Tenderers

P A R T - I

S E C T I O N - I

7

need to register themselves to participate in e-tender (they will receive system generated user id and

password for logging into the e-tender portal).

3. Tenderer will submit their response against the tender on the portal only duly digitally signed by them which

gets saved in the system in encrypted format. No manual / postal / Email / Fax offers will be

entertained/accepted.

4. The technical offer & price offer uploaded (submitted) on the portal by tenderers are protected and cannot

be viewed & downloaded by any of the SCI’s employees. The dealing officer can view/download the same

(Technical offers & Price offers of technically qualified parties) only after opening of technical & price offers

respectively by tender processing committee, which can be witnessed by the participating tenderers. All the

tenderers who submit their response will get intimation of corrigendum, technical offer opening and price

offer opening of the tender by system generated e-mail.

4.0 TENDER FEES

(a) The digitally signed tender is available on our e-tender site i.e. https://etender.sci.co.in for bidders to

participate. Bidders have to register themselves to participate in e-tender (they will receive system

generated user id and password for log-in to the e-tender portal). Bidders can upload their response against

the tender; the response is also to be digitally signed by individual bidder and will get saved in encrypted

format in the system. All the bidders who upload their response will be getting intimation over e-mail about

addendum, corrigendum and technical/ price opening of tender and various other communications about

the tender.

(b) Detailed Tender Notice is also available on SCI website www.shipindia.com and Govt. website

http://eprocure.gov.in/epublish/app. The interested parties are required to get registered in the

E-Tender portal for accessing and submission of tender online.

(c) Tender fees in the form of electronic remittance of INR 2500/-+ 18 % GST INR 450/- = Total Rs. 2950/-

(Total Rupees Two Thousand Nine Hundred Fifty Only) to the Corporation’s Bank Account (details

mentioned at Clause 5.0 of Part I / Section-I should be made towards Tender Fees before Due Date

and Time. Scan copy of payment receipt (Bank Swift copy / UTR No. of payment made) should be

uploaded along with technical offer. Tenders received without tender fee will not be accepted.

(d) Micro and Small Enterprises (MSEs) registered with bodies specified by Ministry of Micro Small and

Medium Enterprises shall be entitled for all the benefits and preferences as per Government of

India directives. In order to receive the payments within the time specified by the GOI, MSEs, if

awarded with the contract, is/are mandatorily required to register themselves with the Trade

Receivables Discounting System (TReDS) platform.

4.1 Tender quotations should be strictly on the basis of “ALL INCLUSIVE RATES” in respect of items indicated

in the tender form excluding GST. However, percentage of GST applicable should be shown clearly by the

bidder, wherever applicable.

5.0 EARNEST MONEY DEPOSIT (EMD) :

EMD amount of Rs. 27,000.00 (Rupees Twenty Seven Thousand Only) can be remitted thru Electronic/RTGS/

NEFT to SCI’s/MTI Mumbai Bank Account (details given as under) before due date & time of submission. The

scanned copy of Electronic Remittance towards Tender Fee & EMD should be uploaded in the system along

with the tender.

8

The bank details of the Corporation’s Account for electronic remittance are as follows:

Name of Account : M/s. THE SHIPPING CORPORATION OF IND LTD-MTI

Bank Name : HDFC Bank, Fort Mumbai

Account Number : 50200009094718.

RTGS/NEFT IFSC : HDFC0000060

MICR : 400240015.

Electronics remittance for Tender Fee / Earnest Money Deposit is to be made in the account details

mentioned above.

6.0 FORFEITURE OF EARNEST MONEY DEPOSIT (EMD) :

The Earnest Money Deposit submitted with the tender shall stand forfeited in the event :

6.1 The Tenderer withdraws his offer any time before the tender is finally considered/ decided upon. 6.2 The Tenderer increases the quoted prices during the validity of the tender /extension granted on the

validity. 6.3 The Tenderer seeks amendment of tender terms, or the price offer submitted after submission of

tender.

6.4 The Tenderer fails to accept the contract, if awarded or fails to submit Security Deposit and / or

Performance Guarantee on award of the contract. .

7.0 Pre-Bid Meeting :

Due to COVID-19 lockdown & social distancing condition the physical Pre-Bid Meeting is not possible. Instead

this meeting will be held on video conference mode. Please install Cisco Webex on your PC or Mobile and

join our meeting at following details :

Meeting ID : 913 803 078

Date & Time : 23.10.2020 at 1500 Hrs.

In case of difficulties you may join on audio conferencing mode (Dial 022-64800114) followed by above given

Meeting ID and Press #.

8.0 Bidders have to register themselves to participate in e-tender (they will receive system generated user ID and

password for logging into the e-tender portal). Bidder are required to submit their response against tender,

the response is also digitally signed by individual bidder and get saved in encrypted format in system. Only

online tenders will be accepted. No manual / postal / E-mail / Fax offers will be entertained / accepted.

9.0 DUE DATE :

The tenderers shall submit their responses on the portal latest by 1700 Hrs on 07.12.2020. Bidders are advised

to submit their responses well before the due date and due time of submission and should not wait for last

minutes as E-tender would close as per system time and submission of responses will not be possible in case

the deadline ceases.

10.0 Tender quotation should be strictly in line with the Rate Clause of General Terms & Conditions and “PRICE OFFER”

Format (PART –II) of the tender.

11.0 BROAD INSTRUCTIONS FOR FILLING THE TENDER :

The Tender response/ bids for subject tender (RFx: 9000028871) has to be uploaded in two parts:

Part I (Technical Offer) is available as in Technical RFx > Folder > Public > Technical Docs.–

9

The Tender Forms are issued in two parts:

(i) Part I (Technical Offer) includes –

SECTION – I: GENERAL INFORMATION & INTRODUCTION TO SCI-MTI

SECTION – II: ESSENTIAL CONDITION (ELIGIBILITY CRITERIA)

SECTION – III: FORM OF PARTICULARS

SECTION – IV: GENERAL TERMS AND CONDITIONS

SECTION – V: LIST OF DOCUMENTS TO BE ATTACHED TO TECHNICAL BID

SECTION – VI: POLICY & GUIDELINES FOR REMOVAL / SUSPENSION /

BANNING OF ENTITIES

(ii) Part II (Price Offer) Annexure - A

12.0 PRICE OFFER FOR SUBMISSION OF QUOTATION

(ii) Part-II (Price Offer) should be filed in system only. The same need not be printed and should not be

uploaded with Technical Offer.

(12.1) Tenderer should ensure that, before scanning and uploading, all the pages of the tender document and

attachments are serially numbered and total number of pages indicated in the covering letter. Size of

documents being uploaded should not be greater than 10 MB in size.

[All pages of Part I (Section–I, Section-II, Section-III, Section-IV, Section-V and Section-VI) {including all

supporting documents / attachments} should be serially numbered and total number of pages should be

written on first page}]

(12.2) Tenderers are required to download “Technical Offer” (consisting of section I, II , III , IV,V & VI) and save

the files on their computer. Detailed information as required in the tender, to be filled in the technical offer

and all pages of the technical offer to be signed and stamped on each pages and then scan the file.

All documents, illustrations, company profile, reports, certificates, authorization letters, as mentioned in

the tender also need to be signed and stamped on each pages and scanned for upload.

a) “Price Offer” consisting of Part – II.

(i) All the rates/ quotations/ bids to be filled only in Price Bid (Part – II) which is available

under ‘ITEMS’ tab in the system itself. Price Bids to be filled as per item details mentioned

in Part-II (Price Offer). Each tender activity is being detailed against respective SAP Material

Code in Part-II (Price Offer) and should be quoted accordingly.

NOTE : Rates should be filled in at “ ITEMS” tab of subject tender RFx (RFx: 9000028871) only and should

not be mentioned anywhere in technical offer. Part-II (Price Offer) of tender document gives detailed

service description corresponding to each SAP Service Code. Rates should be quoted strictly as per service

details mentioned at Part-II (Price Offer).

Each tender activity is being detailed against respective SAP Material Code in PART-II (PRICE BID) -

ANNEXURE - A and should be quoted accordingly.

The vendor can create response for subject tender and upload its bids as follows:

Create RFx Response > Technical RFx response >

1) Index – (upload cover letter, if any)

10

2) Tender Docs – (Technical Offer)

3) Certificates – (All other documents, certificates, authorization letters as mentioned in the tender)

4) EMD – (copy of Bank Remittance )

5) Tender Fee - (copy of Bank Remittance towards tender fees)

6) Others - additional Information, if any.

a. Company Profile

b. Product History & Background

Once the Technical Offer (Part – I) along with all documents, certificates, authorization letters are signed

and stamped on each pages and scanned for upload, which should be digitally signed with Class III-B digital

signature procured from the licensed CA only. The bidder can scan the Technical Offer (Part - I) and all

other documents as single file or separate individual files, in which case each individual scanned file should

be digitally signed before uploading. The digitally signed (.sig) files may then be uploaded at respective

folders as mentioned above. Due Date : 07.12.2020 (1700 Hrs).

Price Offer (Part –II) should be filled in system only. The same need not be printed and should not be

uploaded with Technical Offer.

(12.3) Tender documents downloaded from https://etender.sci.co.in, shall be downloaded and submitted in toto

and no change, whatsoever, shall be made. If any alteration is made in the tender document uploaded by

the tenderer and if found out (be it at any stage of the tender processing and even after award of contract),

it will be viewed seriously by the Corporation and the tender is liable to be rejected and the tenderer will

be debarred from participating in future tenders of the Corporation.

Additional Documents to be submitted along with Technical Bid :

The following additional document needs to be enclosed along with the relevant attachments

mentioned in Section-III (Form of Particulars) of the tender.

Each page of the tender must be signed by the authorized person and uploaded along with Technical Bid.

13.0 ASSESSMENT OF TENDER :

The tender will be assessed first on the basis of the information furnished in Part I of the tender comprising

the “Technical Offer”. On the basis of such technical information, the Corporation will assess the capability

of the Tenderer to undertake the contract and, if found unsuitable shall reject the tender, which case their

“Price Offer” will not be opened. Decision of the Corporation in this regard shall be final and binding.

Please note that all the information required in the “Form of Particulars” should be properly filled and all

documents of the Technical Offer - Part I, must be uploaded with the tender.

14.0 Once a tender is accepted on technical grounds, the selection among such technically qualified tenderers

would normally be only on the basis prices quoted. However, the Corporation reserves the right to reject

all/ any of the tenders without assigning any reasons and the decision of the Corporation in this regard

shall be final and binding.

15.0 The Tenderers are requested to quote their best and final offer. No revised offer shall be entertained. No

conditional quotations will be accepted.

16.0 Micro, Small and Medium Enterprises shall be entitled for all the benefits and preferences as per

Government of India directives.

11

17.0 VALIDITY :

The rates given in tender should be valid for acceptance by the Corporation up to SIX MONTHS from the

due date. In case when processing/acceptance of the tender takes more than six months, the Tenderer

who wishes to withdraw their Price Offer, shall have to write to the Corporation within a week of expiry

of SIX MONTHS withdrawing their Price Offer, else the rate will hold valid till finalization of the contract.

18.0 During the validity of the quotation, in case the tenderer increases its Price Offer, the tender would be

liable to be rejected.

19.0 Designation and contact details of persons for this tender are :

Mr. Deepak Dehury Mr. Narayan Nachavanekar

Chief Manager I/C (ADMN-MTI) Senior Manager (ADMN-MTI)

Mobile No. : 9833340434 / 7977124778 Mobile No. : 9821580453 / 9820540453

Phone No. : 022-35116027 Phone No.: 022-35116024

Extension : 6027 Extension : 6024

Email: [email protected] Email: [email protected]

___________ Section-I of Part-I ends here ___________

12

E-TENDER FOR SUPPLY OF TEXT BOOK AND STATIONERY ITEMS FOR NAUTICAL AND ENGINEERING

COURSES AT SCI-MTI, POWAI, MUMBAI (TWO BID).

ESSENTIAL CONDITION –ELIGIBILITY CRITERIA

1.0 The Bidder should have at least two years minimum experience in the last 5 years preceding to the due date

of tender of supplying Text Books to Marine Training Institutions. (Bidders are required to submit the

copy of Work Orders & Delivery Challans/Purchase Order copy as its Work Completion Certificates for the

works executed).

2.0 The bidder shall submit the latest bank solvency certificate in original from any Scheduled Bank where the

tenderer is maintaining his account. The certificate should not be more than 3 months old from the last date

of issue of tender.

3.0 The Bidder should have positive net worth in last Financial Year (i.e. 2019-2020)

4.0 Bidder should have an average annual turnover during last 3 years, ending 31st March 2020 should be at least

Rs. 04 Lakhs. (Please submit Annual Report (Balance Sheet and Profit & Loss Account) for the last three

financial years – 2017-2018, 2018-2019 & 2019-2020)

5.0 The Bidder should submit self declaration-that he was never blacklisted nor was his contract terminated prior to

completion of contract by any in PSU’s & Government Sector.

6.0 The Bidder should be registered for GST and PAN No. (Submit copy of Registration Certificate)

7.0 Acceptance of General Terms and Conditions of Contract and Policy & Guidelines for Removal / Suspension /

Banning of Entities.

"Eligibility criteria shall be relaxed for Startups (Micro & Small Enterprises or otherwise) in accordance with

the Government Guidelines subject to their meeting of other technical specifications."

IMPORTANT: IT IS MANDATORY TO FURNISH RELEVANT DOCUMENTS, PROOF FOR THE

REQUIREMENTS MENTIONED ABOVE.

___________ Section-II of Part-I ends here ___________

P A R T - I

S E C T I O N - II

13

E-TENDER FOR SUPPLY OF TEXT BOOK AND STATIONERY ITEMS FOR NAUTICAL AND ENGINEERING

COURSES AT SCI-MTI, POWAI, MUMBAI (TWO BID).

FORM OF PARTICULARS (TECHNICAL BID)

(Information in respect of all the items must be given clearly with copies of supporting documents. In case there is no

information, “NIL” remark may be mentioned. In no case items should be left “Blank”).

1. Name of the firm and full postal address.

1.a. Mobile No.:

2. Office/Res. Telephone Nos.

2.a. Fax No. / Email address.

3.

Status of Firm : Whether Proprietary or Partnership or Limited Company

(Bidder to attach copy of partnership deed / Memorandum & Article of

Association and Organizational Chart of the firm / company on separate

sheet)

4. Year and Date of Constitution :

5.

GST Registration No./Date: (Attach copy)

6. PAN No. (Attach copy)

7.

Name of the two important customers (Marine Institute) to whom you have

supplied Text Books – for qualifications for the tender please attach Work

Order & Work Completion Certificate to establish two years relevant

experience.

8.

Name of the main Partner/s or name of proprietor in case of Proprietary

Concern or name of the Directors in case of Limited company and their

contact numbers.

9. Please indicate financial standing: [Attach audited Balance Sheet and Profit &

Loss Account of last 3 (three) financial years.] 2017-2018 2018--2019 2019-2020

10. Average Annual Turnover for last financial year i.e. 2019--2020

11. Details of Experience : (Attach copies of Work Order & Work Completion

Certificate as per norms for Job(s) of similar nature )

12. Registration / License number of firm, registered under Municipal Act and/or

Government Shops and Establishment Act (Attach copy of registration).

13. The bidder shall submit the latest bank solvency certificate in original from any

Scheduled Bank where the tenderer is maintaining his account. The certificate

should not be more than 3 months old from the last date of issue of tender.

P A R T - I

S E C T I O N - III

14

14. Please give Bank details (Attach copy of blank or cancelled cheque).

15. Please state if any member of your Company has any relation employed in the

corporation. If yes, give full details.

a) Whether the bidder employees in any capacity whether administrative or

advisory, ex-SCI officer who has retired from the DGM or higher level in

preceding two years as on the bid closing date.

b) if the answer to (a) is in affirmative, the name and the designation of that

officer in the firm, his designation at the time of retirement in SCI and his date

of retirement from SCI should be furnished. The role and responsibilities of

that officer in the firm especially with regard to contract for which the bid is

made should be clearly spelt.

16.

In last three years, whether any Govt./PSU/PSB/SCI has banned and/or

blacklisted and/or taken any punitive action against your firm? If yes, state

details/reason.

17. Whether your firm has been disqualified by the SCI at any time in the past for

any contract, if yes, state reasons.

18. Earnest Money Deposit (UTR No.of Electronic Transfer).

19. Tender Fee details Deposit (Swift copy/UTR No of Electronic Transfer)

20.

Is your firm registered under MSME? If yes: UAN No.:

Is the MSME owned by SC/ST Entrepreneur ( Yes / No)

Is the MSME owned by Women Entrepreneur (Yes / No)

Enclosed : Udyog Aadhar Certificate duly certified by CA stating -

"I Certify that this certificate is valid as on date on the basis of

investment of the Enterprise in Equipment as on 31.03.2019".

UAN No.:_______________

I / We hereby certify that my/our firm has not been disqualified by any office/department/undertaking of the Government

of India, at any time for providing services of any description. We submitted herewith each sheet of the tender document duly

signed by us as a token of our acceptance thereof. All photocopies submitted as above have been duly attested by us.

Signature of the bidder

With Official Stamp

Place:

Date:

N.B. :- Please upload this form along with General Terms & Conditions, and stamped on each page.

We confirm that we have answered all the above points and attached the documentary evidence, wherever required.

A separate sheet has been attached in respect of points where the space provided is inadequate.

Signature: Name & Designation of Signatory:

Corporate Seal:

Place:

Date:

_________ Section-III of Part-I ends here ___________

15

E-TENDER FOR SUPPLY OF TEXT BOOK AND STATIONERY ITEMS FOR NAUTICAL AND ENGINEERING

COURSES AT SCI-MTI, POWAI, MUMBAI (TWO BID).

GENERAL TERMS AND CONDITIONS

1.0 The e- tender should be uploaded before submission date mentioned in the portal, i.e. not later than 1700

hours (IST) on 00.00.2020.

Detailed Tender Notice is also available on SCI website www.shipindia.com and Govt. website

http://eprocure.gov.in/epublish/app. The interested parties are required to get registered in the E-Tender

portal for accessing and submission of tender online (https://etender.sci.co.in)

a) Only online tenders will be accepted. No manual / postal / Email / Fax offers will be entertained / accepted.

Cost of tender document and EMD should be deposited through electronic remittance to the Corporation’s

Bank Account (details mentioned at Clause 5.0 of Part I / Section I). Copy of Bank Swift / UTR No. Payment

should be uploaded with Technical Offer only.

2.0 AMENDMENT TO BIDDING DOCUMENT / SUBMISSION OF MULTIPLE BIDS

The Corporation, at its discretion, may extend the due date for submission of bids but tenderer’s first

submission of tender shall be the final proposal.

Tenderer shall neither be allowed to change or modify the submitted bidding documents by any

amendments nor be allowed to submit more than one tender during the validity of the tender due date

including extensions period of tender due date.

3.0 PERIOD OF CONTRACT

The contract shall be for a period of two years from the date of work order issued by the SCI Management.

The SCI has a sole option to extend the contract twice by three months each after expiry of the two years

period.

The rates for extension period shall be the existing contract rates (to be finalized through this tender) or

the new contract rates (to be finalized subsequently for fresh contract), whichever is lower. The

differential amount, if any, shall be settled by way of credit note.

3.1 This short notice Tender Notice is also available on SCI website www.shipindia.com and Govt. website

http://eprocure.gov.in/epublish/app .

3.2 The detailed Tender is available only on our e-tender website/portal i.e. http://etender.sci.co.in. The

encrypted tender document is published over portal for tenderers to participate in the tender. Tenderers

need to register themselves to participate in e-tender (they will receive system generated user id and

password for logging into the e-tender portal).

P A R T - I

S E C T I O N - I V

16

3.3 Tenderer will submit their response against the tender on the portal only duly digitally signed by them

which gets saved in the system in encrypted format. No manual / postal / Email / Fax offers will be

entertained/accepted.

3.4 The technical offer & price offer uploaded (submitted) on the portal by tenderers are protected and

cannot be viewed & downloaded by any of the SCI’s employees. The dealing officer can view/download

the same (Technical offers & Price offers of technically qualified parties) only after opening of technical

& price offers respectively by tender processing committee, which can be witnessed by the participating

tenderers. All the tenderers who submit their response will get intimation of corrigendum, technical offer

opening and price offer opening of the tender by system generated e-mail.

3.5 The commencement of courses and number of candidates in the courses are subject to the SCI,

decisions depending upon the requirement and hence the number of participants may change.

The exact requirement of text books depends upon the number of candidates joining the course(s).

Therefore MTI/SCI reserves the right to reduce the number of text books sets at the time of placing order

forevery course.

4.0 RATE CLAUSE :-

Quotation Comprises of :

4.1 a) Quotations should be inclusive of free delivery of Text Books at Maritime Training Institute Powai

Mumbai in lots of 40 sets. Books should be supplied within 8 working days from the date of issue of

purchase order.

b) The total estimated requirement is 360 sets of Text Book and to be supplied during the Contract period

from the date of award of Contract till expiry of Contract. DNS 40 Cadets per batch i.e. 40 Cadets X 04

Semesters = 160 Sets. GME 03 Batches (40 Cadets per batch) i.e. 120 Cadets = 120 Sets. ETO 02 Batches

(40 Cadets per batch) i.e. 80 Cadets = 80 Sets. {Total - 160 + 120 + 80 = 360}. The purchase order will be

placed in lots of 40 sets per batches of candidate. However SCI cannot give any guarantee for the above

quantity as the exact requirement depends upon the number of courses going to be conducted and the

number of participants in each course. Therefore SCI / MTI reserves the right to reduce the quantity sets

of Text Book at the time of placing the order depending upon number of candidates joining the Nautical

Courses & Engineering courses and SCI will also not take any responsibility for the reduction in quantity

for any course. The bidders to note that, the estimated requirement is for indicative purpose only and

without any commitment from the Corporation/MTI.

c) The contractor shall ensure that only new text books printed by the original publishers are supplied.

4.2 The Contractor shall keep proper documentary records of work carried out and the rates shall be inclusive of

the cost of preparing the same, including required stationery. The Contractor shall submit necessary

information/statement to SCI Officials as may be requested from time to time.

4.3 This is a non exclusive contract. The Corporation reserves the right to procure any item/s covered under

this contract from alternative sources during the currency of the contract, as and when required. The

decision of the Corporation in this regard shall be final and binding on the Tenderers.

4.4 The tenderers are requested to quote their best and final offer in the Price Offer (PART-II) of the tender

document. No revised offer shall be entertained. No conditional quotations will be accepted.

4.5 The tenderers are advised to exercise greatest care in entering the rates. No excuse that mistakes have

been made or any request for corrections will not be entertained after the quotations are opened.

17

Corrections if any made before submission of the tender forms should be initialled by the person signing

the tender form, failing which rates for such items will not be considered.

4.6 The rate quoted will remain firm for first six months. Any revision (increase/ decrease) in statutory levy

(GST) and rate of exchange (RoE) after the awarding of the contract will be entertained, whenever revised,

subject to production of proper documentary evidence in that respect. The revision shall be granted from

the date of applicability of said revision in statutory levy.

N O T E : Rates should be filled in at “ITEMS” tab of subject tender RFx (RFx: 9000028871) only and should

not be mentioned anywhere in technical offer. Part-II - Price Offer of tender document gives detailed

service description corresponding to each SAP service code. Rates should be quoted strictly as per service

details mentioned at Part-II – Price Offer.

5.0 SECURITY DEPOSIT AND PERFORMANCE GUARANTEE :-

a) The successful bidder will have to pay Security Deposit which will be equivalent to 5% of the annual value of

contract or Rs.10 Lakhs whichever is less in the form of Bank Guarantee (Scheduled Bank) which should be

valid for 33 months from date of commencement of contract i.e. for the full period of the contract including

two extensions period of three months each plus three months, towards satisfactory performance of the

contract. Alternately, a Bank Demand Draft may be submitted in favour of “The Shipping Corporation of

India Ltd.”, payable at Mumbai. If demand draft is submitted towards EMD along with the tender, the

same will be converted and adjusted as part of security deposit.

b) Performance Guarantee of equal amount as of Security Deposit is to be paid by the successful bidder (s) with

whom the Corporation has not dealt with earlier or whose performance was found to be unsatisfactory in

the past.

c) In case of termination of the contract for any reason as per Clause No. 32.0 the Security Deposit and/or

Performance Guarantee shall stand forfeited, either wholly or partly and the contractor shall have no claim

whatsoever against the Corporation in consequence of such termination of the contract.

d) In the event the contractor(s) gives up the work before expiry of the contract including extension periods, if

opted by the Corporation, or is unable to service the contract for whatever reason, the Security Deposit

and /or Performance Guarantee shall stand forfeited/invoked.

e) No interest shall be payable on the Security Deposit and Performance Guarantee.

f) The Corporation shall also be entitled to make recoveries from the contractor’s bills, Security Deposit and

Performance Guarantee or from any other amount due to him, against any over payment made to

him due to inadvertence, error, collusion, misconstruction or misstatement.

g) The Security Deposit and / or Performance Guarantee paid by the Contractor towards satisfactory

performance of the contract shall, subject to necessary deductions, if any, be returned to him after three

months on expiry of the contract.

h) If the Corporation has terminated the contract (or) if the Corporation is entitled to terminate the contract,

the Corporation shall be entitled to demand and recover from the Contractor liquidated damages equivalent

to 5% of the contract value (or) the amount equivalent to Security Deposit / Performance Bank Guarantee,

whichever is higher.

6.0 FORFEITURE OF EARNEST MONEY DEPOSIT (EMD)

The Earnest Money Deposit submitted with the tender shall stand forfeited in the event:-

(i) The Tenderer withdraws his offer any time before the tender is finally considered/ decided upon.

(ii) The Tenderer increases the quoted prices during the validity of the tender /extension granted on the

validity.

(iii) The tenderer seeks amendment of tender terms, or the price offer submitted after submission of tender

(iv) The Tenderer fails to accept the contract, if awarded or fails to submit Security Deposit and / or

Performance Guarantee on award of the contract.

18

(v) The Earnest Money Deposit shall be summarily forfeited for submitting the tender without filling the details

in and/or not signing the Banning Guidelines. If the tenderer has been disqualified from the tender

processing prior to award of the contract according to the provisions under Banning Guidelines, SCI shall

be entitled to impound the EMD along with penal amounts imposed as per the provisions of Banning

Guidelines.

7.0 DISQUALIFICATION

The tender is liable to be disqualified if:

i. Not submitted in accordance with terms and conditions of the Tender documents.

ii. Not meeting Eligibilty Criteria

iii. Not accompanied by Earnest Money Deposit and/or Tender Fees in the form of Electronic

Remittance.

iv. During validity of the quotation period or its extended period, if any, the Tenderer increases his

quoted prices.

v. The Tenderer qualifies the tender with his own conditions.

vi. Tender received in incomplete form including price schedule.

vii. Tender received after due date and time.

viii. Information submitted in Part I (Technical Offer)is found to be incorrect or false at any time either

during the processing of the tender (no matter at what stage) or during the tenure of the contract

including the extension periods, if any.

ix. Awardee of the contract qualifies the letter of acceptance of the contract with his conditions.

x. Multiple tenders being submitted by one Tenderer or if common interests are found in two or more

Tenderers, all such Tenderers are liable to be disqualified.

xi. While processing the tender, if it comes to the knowledge of Corporation that some of the

Tenderers have formed a cartel resulting in delay/holding up the processing of tender. All such

Tenderers involved in cartel are liable to be disqualified for this contract as well as for a further

period of two years.

xii. The Tenderer is found to be having negative net worth on the basis of the audited Balance Sheet /

P&L A/c during the FY 2019-2020 submitted with the tender. For proprietorship firms, proprietor’s

balance sheet also may please be submitted.

xiii. Not accompanied by all requisite documents as per eligibility criteria.

xiv. Canvassing in any form shall lead to disqualification.

xv. If tenderer is found to be in arrears or default with regard to payment of dues to other concerned

Government Agencies.

xvi. The bidder does not accept Corporation’s Banning Guidelines & Policy.

8.0 BILLING

a) The Contractor shall submit their “GST complaint original invoices”, complete in all respect, to the Principal

Secretariat at MTI Powai, Mumbai or address as directed in future.

b) Copy of the SAP Purchase Order and Delivery Challan duly signed by TWO SCI Officer of Corporation.

c) Contractor will submit its invoices, prepared in accordance with GST rules.

d) Bill if found not complete in all respect will not be accepted.

e) Payment of bills will be made after due scrutiny and checking by the Department within 120 days from the date of

submission of bills, complete in all respects.

f) The payment of bills will be made through NEFT/RTGS or any other electronic mode of payment. Corporation will

make the best efforts to pay within 120 days from date of submission of bills (if found error-free) in respective

Dept., unless otherwise provided for in this contract.

g) Any dispute regarding payment must be raised within 90 days from the date of settlement of relevant bills failing

which the same will not be entertained.

h) Details of the Corporation for the purpose of Tax Invoice is as follows:

Name: THE SHIPPING CORPORATION OF INDIA LIMITED

19

Address: SHIPPING HOUSE, 245, MADAME CAMA ROAD, NARIMAN POINT, MUMBAI – 400021 GST Enrollment Provisional ID: 27AAACT1524F1ZQ PAN No. : AAACT1524F

i) Tax charged in respect of supply shall be reimbursed only if it has been actually paid to the Government by the Contractor and same should reflect in GST of the Contractor.

9.0 GST TAX CLAUSE :

CONTRACTOR, unless specified otherwise in the CONTRACT, shall bear all tax liabilities, duties, Govt. levies

etc. including Goods and service tax, VAT, Customs duty, Corporate and personnel taxes levied or imposed

on the CONTRACTOR on account of payments received by it from the CORPORATION for the work done

under this CONTRACT. It shall be the responsibility of the CONTRACTOR to submit to the concerned Indian

authorities, the returns and all other concerned documents required for this purpose and to comply in all

respects with the requirements of the laws in this regard, in time.

CONTRACTOR shall provide all the necessary certificates / documents for enabling CORPORATION to avail

Input tax credit including CENVAT credit benefits in respect of the payments of VAT, GST etc. which are

payable against the CONTRACT. The CONTRACTOR should provide tax invoice issued under respective State

VAT Act for VAT separately for the indigenous goods and tax invoice as per tax invoice, credit and debit

notes rules under Goods and Service Tax regime. Payment towards the components of VAT, GST etc. shall

be released by CORPORATION only against appropriate documents i.e. tax invoice/Bill of entry for availing

input tax credit including CENVAT credit (as applicable).

The tax invoices as required by above provisions/rules should invariably contain the requisite particulars

including:-

(i) Name, Address and the Registration Number (under the relevant Tax Laws & Tax Rules) of the supplier

(Contractor)

(ii) Name, Address and the Registration Number (under the relevant Tax laws & Tax Rules) of the

CORPORATION.

(iii) Description, Classification and Value of taxable service / goods and the amount of applicable tax (i.e.

GST/VAT – separately indicating any Cess, wherever applicable)

(iv) Description of HSN (Harmonized System of Nomenclature)/SAC(Service Account Code) for

Goods/Services under applicable tax laws.

(v) Invoice to be submitted within 5 working days by the contractor to enable SCI to settle in time and avail

the input tax credits. Contractors also are required to file the details of invoices raised in the GSTN Network

as per the time prescribed by GST Law.

Any loss or non-availability of input tax credit by the CORPORATION due to non-compliance of applicable

tax laws including but not limited to GST laws in force or otherwise, on the part of CONTRACTOR, an amount

equivalent to the liability accruing to the CORPORATION to the extent of such loss or non-availability of

credit forming part of liability accrued shall either stand cancelled or deducted from payment due to the

CONTRACTOR or shall be reimbursed from the CONTRACTOR till such default is either rectified or made

good by the CONTRACTOR and the CORPORATION is satisfied that it is in a position to claim valid input tax

credit within the time-lines as per applicable laws.

Any cost, liability, dues, penalty, fees, interest as the case may be which accrues to the CORPORATION at

any point of time on account of non-compliance of applicable tax laws or rules or regulations thereof or

otherwise due to default on the part of CONTRACTOR shall be borne by the CONTRACTOR. An amount

equivalent to such cost, liability, dues, penalty, fees and interest as the case may be shall be reimbursed

by the CONTRACTOR within 5 days from the date of such payment by CORPORATION. Any GST as may be

20

applicable on such recovery of amount shall also be borne by CONTRACTOR and same shall be collected by

the CORPORATION.

In the event of introduction of any new legislation or any change or amendment or enforcement of any act

or law, rules or regulations of Government of India or state Government(s) or Public Body which becomes

effective after the date of submission of price bid or revised price bid, if any, for this CONTRACT and which

results in increased cost of the goods/services under the CONTRACT through increased liability of taxes,

(other than personnel and Corporate taxes), duties, the CONTRACTOR(“Vendor of SCI”) shall be

indemnified for any such increased cost by the CORPORATION(“SCI”) subject to the production of

documentary proof to the satisfaction of the CORPORATION to the extent which directly is attributable to

such introduction of new legislation or change or amendment as mentioned above and adjudication.

Similarly, in the event of introduction of new legislation or any change or amendment or enforcement of

any Act or Law, rules or regulations of Government of India or State Government(s) or Public Body which

becomes effective after the date of submission of price bid or revised price bid, if any, for this CONTRACT

and which results in any decrease in the cost of the goods/services through reduced liability of taxes, (other

than personnel and Corporate taxes) duties or increase in eligibility of input tax credit, the CONTRACTOR

shall pass on the benefits of such reduced cost, taxes or duties to the CORPORATION, to the extent which

is directly attributable to such introduction of new legislation or change or amendment as mentioned

above.

In order to ascertain the net impact of the revisions / enactment of various provisions of taxes/ duties, the

CONTRACTOR is liable to provide details of each of the input/input services used in relation to providing

goods/services to the CORPORATION including estimated monthly value of input/ input service and tax

amount as applicable.

10.0 Invoicing & Payment :

1. The Tax Invoice for supply of Goods & Services should be raised as per the provision of GST Act &

Rules and must compulsorily mention the following: -

a. SCI GSTIN: as below

MUMBAI Maharashtra 27AAACT1524F1ZQ

b. HSN Code or Service Accounting Code for supply of goods or services.

c. Name & address of supplier

d. GSTIN of Supplier

e. Consecutive Serial Number & date of issue

f. Description of goods or services

g. Total value of supply

h. Taxable value of supply

i. Tax Rate – Central Tax & State Tax or Integrated Tax, Cess

j. Amount of Tax charged

k. Place of supply

l. Address of delivery if different from place of supply

m. Signature of authorized signatory

2. Reimbursement of GST to the vendor is contingent upon complying with the following condition by the

service provider: -

i. Uploading the onward GST Return (GSTR-1) in GSTN Network portal within the statutory time period.

ii. Discharging the GST tax liability to the Government.

iii. Submission of Tax Invoice to CORPORATION.

iv. Submission of proof of payment of GST to CORPORATION.

v. Availment of Input Tax Credit by CORPORATION.

21

11.0 Input Tax Credit

i. In case GST credit is delayed/ denied to Corporation, due to non/delayed receipt of goods and/or

services and/or tax invoice or expiry of timeline prescribed in GST Law for availing such ITC, or any

other reason not attributable to CORPORATION, GST amount shall be recoverable from Vendor

along with interest & penalty levied/ leviable.

ii. In case vendor delays declaring such invoice in his return and GST credit availed by CORPORATION

is denied or reversed subsequently as per GST law, GST amount paid by CORPORATION towards

such ITC reversal as per GST law shall be recoverable from vendor/contractor along with interest

& penalty levied/ leviable on CORPORATION.

iii. In case of discrepancy in the data uploaded by supplier in the GSTN portal or in case of any

incomplete work/service, then CORPORATION will not be able to avail the tax credit and will notify

the supplier of the same. Supplier has to rectify the data discrepancy in the GSTN portal or issue

credit note (details to be uploaded in GSTN portal).

iv. For any such delay in availing of tax credit for reasons attributable to vendor (as mentioned above),

interest as per the GST Act & Rules, along with penalty, if any will be deducted for the delayed

period i.e. from the month of receipt till the month tax credit is availed, from the running bills.

12. Penalty for Non-compliance of GST Act

Penalty amount so determined along with GST, if applicable, thereon shall be recovered from the

contractor.

13.0 EVALUATION

13.1 Once a tender is accepted on technical grounds, then the selection among such technically qualified

bidders would normally be only on the basis of rates quoted. However, the Corporation reserves the right

to reject all / any of the tenders, and the decision of the Corporation in this regard shall be final and binding.

13.2 Tenderers must endeavour to quote for all the items in the tender schedule. In case tenderer does not

quote for items covering at least 80 percent of the value of the tender, the tender is liable to be disqualified

and the decision of the Corporation in this regard shall be final and binding on the tenderer.

13.3 In case the tenderer does not quote for all the listed items, but quotes for more than 80% of the tender,

then for the purpose of evaluation, the items not quoted will be assigned the highest value quoted by the

rest of the tenderers.

13.4 i) To assist in the examination, evaluation and comparison of the Technical and Price Bids, the Corporation

may, at its discretion, ask any Bidder for a clarification of its bid. Any clarification submitted by a Bidder

that is not in response to a request by the Corporation shall not be considered. The Corporation’s request

for clarification and the response shall be in writing. No change in the substance of the Technical Bid or

prices in the Price Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic

errors discovered by the Corporation in the evaluation of the Price Bids.

ii) Provided that a bid is substantially responsive, the Corporation may waive any nonconformity in the Bid

that does not constitute a material deviation, reservation or omission. If a Bidder does not provide sought

clarification of its Bid by the date and time set in the Corporation’s request for clarification, its bid may be

rejected.

iii) During the evaluation of Price Bids, the Corporation shall correct arithmetical errors on the following basis:

22

a) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the

unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the

opinion of the Corporation, there is an obvious misplacement of the decimal point in the unit price, in

which case the total price as quoted shall be govern and the unit price shall be corrected;

b) If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall

prevail and the total shall be corrected;

c) If there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount

expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject

to (a) and (b) above.

d) If the Bidder does not accept the correction of errors, its Bid shall be liable to be disqualified and its EMD

may be forfeited and / or Bidder may be subjected to other suitable action as per other provisions provided

in this tender document.

iv) The Corporation is not bound to accept the lowest or any Bid, in full or in part.

14.0 The Contract shall be awarded to ONE successful Bidder.

15.0 Negotiations may also be carried out with L-1 party.

16.0 The contract shall stand suspended/ terminated, partially or fully, as a result of Government Policy/

directive to diversify the operations through Government’s agency, in which case no claims for any loss of

business shall be made on the Corporation.

17.0 Bidders may please note that evaluation of the tenders shall necessarily take into account:

a. Experience and performance on similar contracts during past 5 (Five) years,

b. Financial standing through Annual Report, Audited Balance Sheet & Profit and Loss Account of

last three years (should have positive net worth during then last FY (2019-2020)

c. If they had committed breach of contract etc.

d. Annual Turnover.

It would be Corporation’s sole discretion whether to consider such bidders for award of the contract.

18.0 The estimated requirement furnished in the Part – II (Price Offer) is indicative only and the same is without

any commitment from the Corporation and the Corporation cannot assure minimum/maximum work that

can be offered.

19.0 Tenders which do not meet the technical pre-qualification requirements, as prescribed in SECTION – II

(Eligibility Criteria) above are liable to be rejected and decision of the Corporation in this regard shall be

final and binding.

20.0 Corporation reserves the right to decide about technical capability, expertise and/ or the Tenderer’s

capacity for fulfilment/ compliance of all the terms and conditions spelt out in SECTION – II (Eligibility

Criteria) above.

21.0 The tenderers with whom the Corporation has dealt with earlier may also note that their performance

during past contracts with the Corporation and also if they had committed breach of contract or having

unsatisfactory performance with any of the Government body etc., would be taken into account and it

would be at Corporation’s sole discretion whether to consider such parties for award of contract. However,

the parties with which Corporation’s legal dispute is pending, award/ non–award of the contract will be

the sole discretion of the Corporation.

23

22.0 The Corporation reserves the right to claim damages or detention charges, of which Corporation shall be

the sole judge, in respect of delays occurred to the project directly or indirectly due to the failure/default

on the part of contractor in carrying out the responsibilities/ duties efficiently and promptly.

23.0 The submission of a tender by a tenderer implies that he has read these instructions and has made himself

aware of the scope of supply/work and the conditions of tender/contract and the Corporation will not

therefore, pay any extra charges on any account in case the tenderer finds at later date that it has

misjudged/misunderstood any conditions.

24.0 RISK PURCHASE CLAUSE

24.1 If any time during the currency of the contract we find that –

(i) Contractor has failed to arrange services from the date of commencement of the contract, or

(ii) the supply are not arranged in time, or assigned job has not been completed in time, or

(iii) the supply rendered by the contractor are found unsatisfactory, or

(iv) the supply do not confirm to the quality/ specifications indicated in the contract

The Corporation will be at liberty to obtain the services from alternative sources at the risk and cost of the

contractor.

24.2 If the textbooks are not supplied as per the requirement, Corporation reserves the right of getting the

same from other sources and the cost will be debited to the contractor’s account. The additional cost so

incurred will be recovered from contractor’s bill.

25.0 The Corporation reserves right to reject any tender without assigning any reason thereof.

26.0 The contractor may specifically note that while processing the quotations, if it comes to our knowledge

that some contractors have formed a cartel resulting delay / holding up the processing of tender in which

case the contractors involved in cartel are liable to be disqualified for this contract as well as for a further

period of two years.

27.0 The rates quoted by the contractor should be firm and the listed Publisher’s Price. Foreign printed

books publications are not allowed if the same titles are published / printed in India. The contractors are

advised to exercise greatest care in entering the rates. No excuse that mistakes have been made or

requests for rates to be corrected will be entertained after the quotations are opened. Corrections

in the quotation, if any, should be initialled by the person signing the quotation, failing which the rates for

such items may not be considered.

28.0 The contract arrangements for the supply of textbooks for two years period, with the extension of three

months each will be effective from the date of award of Contract. After the first order, if the Publishers

Listed Price is revised for the textbooks, SCI / MTI will pay according to the revised prices of text books,

after taking into account of agreed discount, and also the foreign exchange rates conversion difference

between the quotation submission date and the existing rate on the day of supply of books (imported

books) during the contract period provided the contractor submits the supporting documents (GOC

conversion rate) in that matter. However no revision in the rates will be permitted for any other

reasons whatsoever. Rates quoted should be inclusive of all taxes if any. Should publishers stop

publishing some text books during the contract period, SCI/MTI has to be informed by the

Contractor. Then SCI/MTI will decide the equivalent of those text books from other Publishers/

Authors. Accordingly, the rates will be adjusted on the basis of printed price of the text books, after

taking into account of agreed discounts. The parties have to submit the GOC conversion rate (foreign

exchange rate) documents prevailing as on the due date of Tenders along with Price Bid Part-II.

24

29.0 The contractor/party should quote the rates for all the items indicated in Price-Bid (Part-II). If the

contractor/party fails to quote their rates for some of the text books items then the Tender is liable to be

rejected.

30.0 First Participation of all parties shall be final and parties shall not be allowed to change or submit more

than one proposal during the validity of tender due date. In case, more than one bid is found to be

received from a single party on opening of the tender box upon expiry of the tender due date or its

extended due date (if any), the participation of the party may be summarily rejected.

31.0 PENALTY CLAUSE :

The Corporation has the right to take the following actions against the tenderer, without prejudice to

any of its rights, including the right to claim damages, if in case:

A. Involved in wrongful billing

(i) To issue a warning letter for first contravention and recover the excess amount billed.

(ii) On second contravention, to recover the excess amount billed and impose additional

penalty of a sum of money to the extent of wrongful billed amount.

(iii) On the next occasion of such wrongful billing, may even terminate the contract

forthwith and forfeit the Security Deposit and/or Performance Guarantee Amount.

B. Not rendering service as per the provisions of the Contract

(i) For the first contravention, depending on the gravity of the contravention/offence,

a warning letter will be issued.

(ii) For the second contravention, a monetary penalty will be imposed equal to 1% of

annual contract value. This is to be paid by way of a bank draft for the said amount,

drawn in favour of “The Shipping Corporation of India”, payable at Mumbai.

Alternatively, this amount will be deducted from bills payable to the contractor/ security

deposit/ performance guarantee submitted by him.

(iii) For the third contravention, the contract would be terminated and Security Deposit and/

or Performance Guarantee would be forfeited.

C. In case;

(i) Performance of the supplier/ contractor is not satisfactory or

(ii) Supplier is in breach of terms and conditions of the Purchase Order or

(iii) The conduct of the supplier/ vendors/ contractor is under suspicion or

(iv) If there is any action by the supplier/ contractor which may result in damage to the brand

image and/ or result into commercial loss to SCI,

SCI may consider suspension of business dealings with such supplier/ contractor with

immediate effect. For continuing future business, the order of suspension would operate for a

period of not more than one year unless withdrawn earlier. After completion of inquiry, if the

facts & evidences warrant any penal action against the supplier/ contractor, same will be

initiated by the Corporation or suspension revoked, as the case may be.

32.0 TERMINATION CLAUSE

The Corporation reserves its right to terminate the contract for any reason at its absolute discretion

including but not limited to the following:

(i) If the tenderer is adjudicated insolvent by a Competent Court or files for insolvency or if the tenderer being

a company is ordered to be wound up by a Court of Competent Jurisdiction.

(ii) The tenderer commits any breach of the terms of this contract / tender document.

25

(iii) If any charge sheet is filed by a Competent Authority of the Government against the tenderer or company,

or the tenderer is convicted by a criminal court on grounds of moral turpitude.

(iv) The Contractor is involved in wrongful billing. In addition hereto wrongful billing shall also result in the

tenderer being debarred from participating in any other tender of the Corporation as per prevailing

banning policy and guidelines (Part-I / Section-VII).

(v) In the event of unsatisfactory service or failure on the part of the tenderer at any time, to carry out the

terms and conditions of the contract to the satisfaction of the Corporation, of which the Corporation shall

be the sole judge, the Corporation has the right to forthwith terminate the contract.

(vi) Any alteration in tender documents noticed subsequently even during the tenure of the contract.

(vii) Information furnished in Part-I (Technical Offer) including of supporting documents found to be incorrect

at any stage even during the tenure of the contract.

The decision of the Corporation in terminating the contract will be final and binding on the tenderer.

33.0 BANNING GUIDELINES

The tenderer shall submit the tender along with “Policy and Guidelines for Removal / Suspension

/ Banning of Entities (Banning Guidelines)”, issued along with the tender document (SECTION-

VII), duly signed on all pages as a token of acceptance. All pages of the Banning Guidelines shall

be signed by the same signatory who signs the tender document and has the authority on behalf

of the C.E.O of the company he represents. The acceptance of Banning Guidelinesshall be

unconditional and the tenderer must not change any contents of the Banning Guidelines. The

signed Banning Guidelines should be enclosed with the technical offer of the tender only. Tenders

received without the signed Banning Guidelines shall be liable to be rejected.

34.0 It is clearly understood by the tenderer that if a charge sheet is filed by any competent authority of the

Government against the tenderer / its Directors, the tenderer is obliged to notify the Corporation within

fifteen days of filing of the charge sheet. Failure to do so shall result in forfeiture of all payments due to

him for supplies made after the date of the filing of the charge sheet.

35.0 The Shipping Corporation of India Ltd., reserves the right to reject any or all tenders without assigning

any reason thereof and is not bound to accept the lowest.

If there is a change in the name of the tenderer’s firm/ company etc. arising out of:

i) merging with some other company or

ii) collaboration with some other company or

iii) for any other reason

or, if any changes take place in the proprietorship or partnership of the tenderer’s firm, the Corporation

should be intimated within 30 (Thirty) days of such changes, failing which all payments will be withheld

and the Corporation may terminate the contract as may be deemed necessary in view of the changed /

altered scenario. Whatever be the reason of change(s), the subject contract would be serviced by the new

company / entity at the same rates, terms and conditions laid down herein, unless decided otherwise by

Corporation’s Management.

36.0 EXIT CLAUSE

The CORPORATION at its sole discretion can terminate the contract without assigning any reasons

whatsoever by giving THIRTY (30)days notice to the contractor.

26

37.0 VALIDITY

37.1 The rates given in tender should be valid for acceptance by the Corporation up to SIX MONTHS

from the due date. In case processing/ acceptance of the tender takes more than six months, the

tenderer who wishes to withdraw his Price Offer, shall have to write to the Corporation within a

week of expiry of SIX MONTHS withdrawing his Price Offer, else the rate will hold valid till the

tender finalisation.

37.2 In case the Tenderer increases its Price Offer during the validity of the quotation, the tender would be liable

to be rejected.

38.0 SAFETY & SECURITY CLAUSE

i) While evaluating tenders regard would be paid to national defence and security consideration.

ii) The tenderer shall abide by and comply with all local, national as well as international laws in

connection with supplies under the subject contract. The Corporation shall not be responsible for

breach of law, if any, by the Tenderer.

39.0 WAIVER

It shall always be open to the Corporation by written communication to the Contractor to waive in whole

or part any right or the enforcement of any right or remedy which the Corporation may have against the

Contractor or of any obligations which the Contractor may have hereunder, provided always that:

(i) No waiver shall be presumed or inferred unless made in a written communication addressed by the

Corporation to the Contractor and specifically communicated as a Waiver;

(ii) No waiver of any right or part of any right on one occasion shall be deemed to be a waiver or abandonment

of that right for all occasions with the intent that a waiver once given shall be limited to the specific waiver

and shall be without prejudice to the right of the to insist upon the strict adherence of the attendant

obligations of the Contractor and/or the future enforcement of the right by the Corporation in respect of

the same and/or any other dependent obligation.

40.0 INDEMNITY

The Contractor shall defend, indemnify and hold the Corporation harmless from any liability or penalty, which may

be imposed by the Central, State or Local Authorities by reason of any violation by the Contractor /his employees of

such Laws, regulations or requirements, and also from all claims, suits arising out of or by reason of the work provided

by this contract, including any liability that may arise out of accident, whether by the employees of the Contractor or

by third party.

The Contractor shall also indemnify the Corporation and every member, officer and employee of the Corporation

against all actions, proceedings, claims, costs and expenses whatsoever in respect of or arising out of any failure by

the Contractor in the performance of his obligations under this contract.

41.0 FORCE MAJEURE

In the event of either party being rendered unable by Force Majeure to perform any obligation required to

be performed by them under this Agreement, the relative obligation of the party affected by such Force

Majeure shall, upon notification to the other party be suspended for the period during which such cause

lasts.

The term “Force Majeure” as employed herein shall mean Act of God, pandemic, floods, tempest, war, civil

riot, fire and Acts, Rules and Regulations of respective government of the two parties namely Corporation

and the Contractor, directly effecting the performance of the Contract.

27

Upon the occurrence of such cause and upon its termination, the party alleging that it has been rendered

unable as aforesaid thereby, shall notify the other party in writing within seventy-two hours of the alleged

beginning and ending thereof, giving full particulars and satisfactory evidence in support of its claim.

The Contractor shall not be entitled to claim compensation for any loss or damage sustained by the

Contractor by virtue of any suspension as aforesaid notwithstanding that consequent upon such

suspension the machinery, equipment and/or labour of the Contractor.

Time for performance of the relative obligation suspended by the Force Majeure, shall then stand extended

by the period for which such cause lasts.

If deliveries are suspended by force-majeure conditions lasting for more than 60 days, the purchaser

(Corporation) shall have the option of canceling the contract in whole or part, without financial

consequences to or entitlement in either party resultant upon such cancellation, which will operate as a

discharge of all future obligations under the contract, but without any rights or obligations arising out of

any antecedent breach.

42.0 LIMITATION OF LIABILITY :

Notwithstanding any other provisions, except only in cases of willful misconduct and / or criminal acts :

a) Neither the Tenderer nor the Corporation shall be liable to the other, whether in Contract, tort, or

otherwise, for any consequential loss or damage, loss of use, loss of production, or loss of profits

or interest costs, provided however that this exclusion shall not apply to any obligation of the

Tenderer to pay Liquidated Damages to the Corporation and

b) Notwithstanding any other provisions incorporated elsewhere in the contract, the aggregate

liability of the Tenderer in respect of this contract, whether under the Contract, in tort or

otherwise, shall not exceed 100% of the annualized Contract Price, provided however that this

limitation shall not apply to the cost of repairing or replacing defective equipment by the Tenderer.

43.0 TENDERER TO INFORM HIMSELF FULLY :

The tenderer shall closely peruse all the clauses, specifications and requirements etc., indicated in the tender

documents, before quoting .If the tenderer have any doubt about the meaning of any portion of the tender

specification or finds discrepancies or the omissions in the specifications or if the tender documents are

found to be incomplete or required clarification on any of the technical aspects, scope of work etc, he shall

at once contact the official inviting the tender ,before submission of the tender.

Tenderers are advised to study all the tender documents carefully. Any submission of tender by them shall

be deemed to have been done after careful study and examination of the tender documents and with the

full understanding of the implications thereof. The specifications and terms and conditions shall be deemed

to have been accepted unless otherwise specifically commented upon by the tenderer in his offer.

44.0 LAW OF LAND

The tenderers shall abide by and comply with all local, national as well as international laws in connection

with supplies under the subject contract. The Corporation shall not be responsible for breach of law, if any,

by the tenderer.

45.0 DISPUTE RESOLUTION : In the event of any dispute as regards the Terms and Conditions as above or as

regards interpretation of the clauses hereof, the decision of the Corporation shall be final and binding.

28

46.0 JURISDICTION

This agreement including all matters connected with this tender/ contract shall be governed by the Indian

Law both substantive and procedural, for the time being in force and shall be subject to the exclusive

jurisdictions of Indian Courts at Mumbai.

47.0 ARBITRATION

Any dispute or difference whatsoever arising between the Parties out of or in relation to the construction,

interpretation, application, meaning, scope, operation, performance or effect of this tender/ contract or

the validity or breach thereof, there shall first be an attempt to mutually settle the same amicably. If

however, the said settlement is not possible within a period of 30 days from the date of notice then such

dispute shall thereafter be referred to a Sole Arbitrator, to be appointed/ nominated by the Corporation.

The venue of the said Arbitration shall be at Mumbai.

And the provision of the Arbitration and Conciliation Act, 1996 shall apply to the said proceedings. The

Award of the Arbitrator shall be final and binding upon both the parties.

48.0 CONCILIATION

If any dispute, difference, question or disagreement arises between the parties hereto or their respective

representatives or assignees, in connection with construction, meaning, operation, effect, interpretation

of the contract or breach thereof which parties are unable to settle mutually, the same may first be

referred to conciliation through Outside Expert Committee (“OEC”) to be constituted by CMD, SCI as

provided hereunder:

48.1 The party desirous of resorting to conciliation shall send a notice of 30 (thirty) days to the other party of its

intention of referring the dispute for resolution through OEC. The notice invoking conciliation shall specify

all the points of disputes with details of the amount claimed to be referred to OEC and the party concerned

shall not raise any new issue thereafter.

48.2 CMD, SCI shall nominate three outside experts, one each from Financial/Commercial, Technical and Legal

fields from the Panel of Outside Experts maintained by SCI who shall together be referred to as OEC

(Outside Experts Committee).

48.3 Parties shall not claim any interest on claims/counterclaims from the date of notice invoking conciliation

till execution of settlement agreement, if so arrived at. In case, parties are unable to reach a settlement,

no interest shall be claimed by either party for the period from the date of notice invoking conciliation till

the date of OEC recommendations in any further proceeding.

48.4 The Proceedings of the OEC shall be broadly governed by Part III of the Arbitration and Conciliation Act,

1996 including any modifications thereof.

48.5 OEC shall hear both the parties and recommend possible terms of settlement between the parties. The

recommendations of OEC shall be non-binding and the parties may decide to accept or not to accept the

same. Parties shall be at liberty to accept the OEC recommendation with any modification they may deem

fit.

48.6 Where recommendations are acceptable to both the parties, a settlement agreement will be drawn up in

terms of the OEC recommendations or with such modifications as may be agreed upon by the parties. The

settlement agreement shall be signed by both the parties and authenticated by all the OEC members either

in person or through circulation. This settlement agreement shall have the same legal status and effect as

that of an arbitration award on agreed terms on the substance of the dispute rendered by an arbitral

tribunal under Section 30 of the Arbitration and Conciliation Act, 1996.

48.7 The parties shall keep confidential all matters relating to the conciliation proceedings. Confidentiality shall

extend also to the settlement agreement, except where its disclosure is necessary for purposes of

implementation and enforcement.

29

48.8 The parties shall not rely upon or introduce as evidence in any further arbitral or judicial proceedings,

whether or not such proceedings relate to the dispute that is the subject of the conciliation proceedings,

views expressed or suggestions made by the other party in respect of a possible settlement of the dispute;

Admissions made by the other party in the course of the OEC proceedings; Proposals made by the OEC;

The fact that the other party had indicated his willingness to accept a proposal for settlement made by the

OEC.

48.9 The parties shall present their case before OEC only through their in-house executives. Neither party shall

be represented by a lawyer unless OEC specifically desires that some issue of legal nature is in dispute that

needs to be clarified / interpreted by a lawyer.

48.10 OEC members shall be entitled to benefits in respect of travelling, lodging etc. as per the existing policy of

SCI.

48.11 All the expenditure incurred in the OEC proceedings shall be shared by the parties in equal proportion. The

parties shall maintain account of expenditure and present to the other for the purpose of sharing on

conclusion of the OEC proceedings.

48.12 If the parties are not able to resolve the dispute through OEC or do not opt for conciliation through

OEC, the party may invoke arbitration clause as provided in the contract.

49.0 DEFINITIONS

A. The terms “CORPORATION” or “SCI” wherever used shall mean “The Shipping Corporation of India Ltd.”

B. The term “TENDERER” shall mean and include the person, firm or a body corporate which is submitting its

tender.

C. The term “CONTRACTOR” shall mean and include the person, firm or a body corporate with whom the

Contract has been placed including their heirs, executors, administrators, successors and their permitted

assigns, as the case may be.

WE AGREE TO ABIDE BY THE ABOVE TERMS AND CONDITIONS.

(Signature of the Tenderer with Rubber Stamp of the Firm)

Place:

Date :

N.B. - Please return this form and the Form of Particulars duly signed and stamped on each page.

___________ Section-IV of Part-I ends here ________

30

E-TENDER FOR SUPPLY OF TEXT BOOK AND STATIONERY ITEMS FOR NAUTICAL AND ENGINEERING

COURSES AT SCI-MTI, POWAI, MUMBAI (TWO BID).

LIST OF DOCUMENTS TO BE ENCLOSED WITH TENDER TECHNICAL OFFER.

1) ELECTRONIC TRANSFER OF Rs. 2,950.00 FOR TENDER

FEES YES NO

2) ELECTRONIC TRANSFER OF Rs. 27,000.00 FOR EARNEST

MONEY DEPOSIT.

YES NO

3) COPY OF PARTNERSHIP DEED / MEMORANDUM & ARTICLE

OF ASSOCIATION (AS APPLICABLE) YES NO

4) COPY OF SHOP & ESTABLISHMENT CERTIFICATE ISSUED BY

MUNCIPAL CORPORATION YES NO

5) FORMS OF PARTICULARS, DECLARATION YES NO

6) ACCEPTANCE OF GENERAL TERMS & CONDITIONS OF

CONTRACT, SCOPE OF WORKS, DURITES & RESPONSIBILITIES. YES NO

7) COPY OF GST REGISTRATION YES NO

8) COPY OF PERMANENT ACCOUNT NUMBER (PAN) CARD YES NO

9) COPY OF M.S.M.E. CERTIFICATE WITH UAN NO.: __________

Is the MSME owned by SC/ST Entrepreneur ( Yes / No )

Is the MSME owned by Women Entrepreneur (Yes / No )

YES NO

10) LAST THREE YEARS AUDITED ANNUAL REPORTS, BALANCE

SHEET AND PROFIT& LOSS ACCOUNTS OF THE COMPANY (i.e.

2017-18, 2018-19 & 201-20)

YES NO

11) DOCUMENT TO SUBSTANTIATE PAST EXPERIENCE (SUCH AS

CERTIFICATE ISSUED BY OUR CLIENTS WITH RESPECT OF

YOUR EXPERIENCE FOR TWO YEARS IN LAST FIVE YEARS)

YES NO

12) BIDDER SHOULD SUBMIT SELF DECLARATION THAT NEITHER

HE WAS EVER BLACKLISTED NOR WAS HIS CONTRACT

TERMINATED PRIOR TO COMPLETION OF CONTRACT.

YES NO

P A R T - I

S E C T I O N - V

31

13) THE BIDDER SHALL SUBMIT THE LATEST BANK

SOLVENCY CERTIFICATE IN ORIGINAL FROM ANY

SCHEDULED BANK WHERE THE TENDERER IS

MAINTAINING HIS ACCOUNT. THE CERTIFICATE SHOULD

NOT BE MORE THAN 3 MONTHS OLD FROM THE LAST

DATE OF ISSUE OF TENDER.

YES NO

14) ANY OTHER DOCUMENTS (IF REQUIRED) YES NO

15) BANK DETAILS COPY OF BLANK CHEQUE :

BANK NAME & BANK BRANCH

BANK ADDRESS

A/C HOLDER NAME

A/C NUMBER

BANK A/C CURRENCY

IFS CODE

YES NO

NOTE :

1. Any other certificate besides the above mentioned if deemed necessary can also be enclosed.

2. All the documents should be attached on the order mentioned above.

3. All documents to be serially numbered and total number of pages indicated on Covering Letter.

THE BIDDERS MAY KINDLY ENSURE TO ATTACH THE ABOVE DOCUMENTS WITH TECHNICAL TENDER, PART – I

(SECTION – I, II, III, IV, V & VI) IN THE SEQUENCE GIVEN ABOVE AND MENTION YES OR NO BY TICK MARKING.

N.B. : Please upload this form along with the Form of Particulars duly signed and stamped on each page, in the

Technical RFx 9000028871 of the Tender.

______________ Section-V of Part-I ends here ___________

32

E-TENDER FOR SUPPLY OF TEXT BOOK AND STATIONERY ITEMS FOR NAUTICAL AND ENGINEERING

COURSES AT SCI-MTI, POWAI, MUMBAI (TWO BID).

BANNING GUIDELINES DOCUMENT

P A R T - I

S E C T I O N - VI

33

34

35

36

37

38

39

40

_

_____________ Section-VI of Part-I ends here ___________

41

.

PART – II

P R I C E O F F E R

ANNEXURE - “A”

42

PART - II ( PRICE BID )

TEXT BOOKS FOR DIPLOMA IN NAUTICAL SCIENCE (DNS)

SR.NO. SAP CODE TEXT BOOK DESCRIPTION

{INCLUDING AUTHOR'S (NAME) &

(PUBLICATION)}

BASE RATE AFTER

DISCOUNT (INR)

(A) QUANTITY

(B)

AMOUNT INR)

(C) = (AXB)

1

220000000000016932 Bridge Equipment, Chart & Publication

(Capt. H. Subramaniam) & (Vijaya

Publication)

160 QTY.

2 220000000000016933

Cargo Work (Capt. Erral Fernandes) &

(Marinez Enterprises) 160 QTY.

3 220000000000016934

Chart Work (Capt. S.K. Puri) & (Marine

Publication) 160 QTY.

4 220000000000016935

Preventing Collision (ROR) (Capt.

Yashwant Chhabra) & (Marex) 160 QTY.

5 220000000000016936

Metrology (Capt. H. Subramaniam) &

(Vijaya Publication) 160 QTY.

6 220000000000016937

Norie’s Table (George Blance) &

(Imray, Laurie, Norie & Wilson) 160 QTY.

7 220000000000016938

Practical Navigation Nutshell series

(Capt. H. Subramaniam) & (Vijaya

Publication) 160 QTY.

8 220000000000016939

Principle of Navigation (Capt. T.K.

Joseph, Capt. S.S.S Rewari) & (ARI) 160 QTY.

9 220000000000016940

Seamanship (Graham Dantom) &

(Routlege) 160 QTY.

10 220000000000016941

Ships Construction (Kemp & Yaung) &

(Routlege) 160 QTY.

11

220000000000016942 Ship Operation Safety &

Environmental Protection (Capt. Errol

Fernandes) & (Marine Pubication)

160 QTY.

12 220000000000016943

Ship Stability Operation Level (Capt. H.

Subramaniam) & (Vijaya Publication) 160 QTY.

13 220000000000016944

Spherical Trigonometry (Capt. H.

Subramaniam) & (Vijaya Publication) 160 QTY.

43

14 220000000000016945

Stability Calculation (Capt. T.K. Joseph,

Capt. S.S.S. Rewari) & (ARI) 160 QTY.

15 220000000000016946

ROR Model Cards (Bhandarkar

Publication Mumbai) 160 QTY.

16 220000000000016947

Ship borne Radar and ARPA (Capt. H.

Subramaniam) & (Vijaya Publication) 160 QTY.

17 220000000000016948

Stability Table (Bhandarkar Publication

Mumbai) 160 QTY.

18 220000000000016949 Chart Divider 8” (Inches) 160 QTY.

19 220000000000016950

Geometrical Box (Camlin Scholar

Compass) 160 QTY.

20 220000000000016951

Parallel Ruler 24” (Inches)

(Capt. Fields Improved) 160 QTY.

21 220000000000017050

Ship Weather code 1982 ARPA (Capt.

H. Subramaniam) & (Vijaya

Publication) 160 QTY.

22 220000000000017052

The Nautical Almanac (Vijaya

Publication) 160 QTY.

23 220000000000017011

Spring Part One (Chandralekh Rao) &

(Emerald Publisher) 160 QTY.

24 220000000000017012

Panorama (Usha Saikumar) & (Emerald

Publisher) 160 QTY.

25

220000000000017013 Reflections (Bhaskaran Nair) &

{Cambridge University Press India Pvt.

Ltd. (Foundation Book)}

160 QTY.

Note: 1) Please refer Clause No. 4.0 of General Terms and Conditions (Part-I / Section-IV)

2) All books are to be supplied of latest Edition.

Place:

Date :

(Signature of the Contractor / Party with Official Stamp)

44

PART - II ( PRICE BID )

TEXT BOOKS FOR ENGINEERING COURSE (GME)

SR.NO. SAP CODE TEXT BOOK DESCRIPTION

{INCLUDING AUTHOR'S (NAME) &

(PUBLICATION)}

BASE RATE AFTER

DISCOUNT (INR)

(A) QUANTITY

(B)

AMOUNT INR)

(C) = (AXB)

1 220000000000016954

Marine Auxiliary Machinery (H.D.

McGeorge) & (Butterworth –

Heinemann) 120 QTY.

2 220000000000016955

Marine Boiler (GTH Flanagan) &

(Butterworth – Heinemann) 120 QTY.

3

220000000000016956 Marine Electrical Technology (E.A.

Fernandez) & (Shroff Publishers &

Distributors)

120 QTY.

4

220000000000016957

Pounder’s Marine Diesel Engines &

Gas Turbines (Edited By Doug

Woodyard) & (Butterworth –

Heinemann)

120 QTY.

5

220000000000016958 Safety Emergencies & Environment

Protection (Capt. Errol Fernandes) &

(Marinez Publication)

120 QTY.

6 220000000000016959

Ship Construction (D.J. Eyres, G.J.

Bruce) & (Butterworth – Heinemann) 120 QTY.

7

220000000000016960 Principles and practice of marine

diesel engines (D.K.Sanyal) &

(Bhandarkar Publication)

120 QTY.

Note: 1) Please refer Clause No. 4.0 of General Terms and Conditions (Part-I / Section-IV)

2) All books are to be supplied of latest Edition.

Place:

Date :

(Signature of the Contractor / Party with Official Stamp)

45

PART - II ( PRICE BID )

TEXT BOOKS FOR ETO COURSE

SR.NO. SAP CODE TEXT BOOK DESCRIPTION

{INCLUDING AUTHOR'S (NAME) &

(PUBLICATION)}

BASE RATE AFTER

DISCOUNT (INR)

(A) QUANTITY

(B)

AMOUNT INR)

(C) = (AXB)

1

220000000000017053 Marine Electrical Technology (9th

Edition) (Elstan A. Fernandez) &

(Shroff Publishers & Distributors)

80 QTY.

2

220000000000017014

Competency in Marine Electrical

Engineering (2nd Ed.2016) (J.

Majumder) & (Shroff Publishers &

Distributors)

80 QTY.

3

220000000000017015 Marine Control Technology (2nd

Edition) (J. Majumder) & (Shroff

Publishers & Distributors)

80 QTY.

Note: 1) Please refer Clause No. 4.0 of General Terms and Conditions (Part-I/Section-IV)

2) All books are to be supplied of Latest Edition and no pirated or reprinted publication without

authorisation publication are accepted.

Place:

Date:

(Signature of the Contractor / Party with Official Stamp)