You are on page 1of 16

INDIAN RARE EARTHS LIMITED

(A Govt. of India Undertaking)


Orissa Sands Complex, Matikhalo 761 045 (Ganjam Dist) Orissa
Ph : (06811) 257890-257895; Fax : (06811) 257988
e-mail : headireo@sancharnet.in

INVITATION TO TENDER FOR SUPPLIES


Tender Ref: OSCOM/SOP/14/O/00275 dtd 12.09.2015
Due date 27 10 2015 Receipt up to 14.30 hrs
DD MM YYYY and opening at 15.00 hrs.
Quotation will be rejected unless the above reference and due
date are quoted on envelope.
TDC applicable for 315 EMD applicable for 10000 SD clause applicable Yes
this tender in Rs this tender in Rs for this tender or not.

Note:
(i) Corrections if any in the Quotation will be rejected automatically either fully or part thereof.
(ii) Your offer should remain valid for 90 days from the date of opening.
(iii) Parties who are not registered in our approved Vendor list may get themselves enlisted downloading Vendor Registration
form available in our website http://irel.gov.in. Filled in application form along with the credentials and all relevant
documents may be forwarded to DGM(Materials), Indian Rare Earths Limited, OSCOM.
(iv) All correspondences with regard to the below tender may be made with DGM(Materials), Purchase Dept, Indian Rare
Earths Limited, OSCOM, PO- Matikhalo, Dist. Ganjam, Orissa-761045. Phone No. 06811-257890 to 257895; Fax No.
06811-257988: Email : headireo@sancharnet.in
(v) In case tenderer is interested to claim benefits owing to their unit/firm/company being registered under MSMED Act
2006, they are required to submit documentary evidence in proof of their registration while submitting their offer.
(vi) Exemption for EMD/SD: Valid NSIC Registered (for the tendered items) firms who produce documentary evidence i.e.
self-attested and NOTARISED, issued by the Govt. authorities are exempted from submission of EMD/SD. However, NSIC
registered firms shall be exempted from Security Deposit only up to their monetary limit, if any, indicated in the
registration certificate. In case value of order placed is above such monetary limit indicated in the registration certificate,
the successful tenderer have to furnish the security deposit in the form of Demand Draft / Bank Guarantee.
Dear Sirs,
Please submit your sealed quotation in duplicate for the under mentioned stores as per the terms and conditions
enclosed herewith: (FAX /Email quotations is not acceptable).
Sl.No. Description Unit Quantity
Supply, Installation and Commissioning of CCTV
Cameras and Surveillance System as per enclosed
BOQ, Technical specification & scope of work

For Indian Rare Earths Limited

Sr. Manager (Materials)


BILL OF QUANTITY

Sr. No. Material Descriptions Quantity UoM

1 IP PTZ Camera for outdoor 2 (Two) nos.

2 IP Outdoor verifocal Bullet 7 (Seven) nos.


3 IP Fix Dome 7 (Seven) nos.
4 Display unit 22" with HDMI port Full HD 1 (one) nos.

5 Display unit 40" with HDMI port Full HD 1(One) nos.

6 HDMI spliter 1 by 4 1(one) nos.


7 NVR 16 ch 1(one) nos.

8 HDD 4 TB 2(Two) nos.

9 5 nos.
junction box
10 cat 6 cable 300(Three Hundred) mtr

11 4 u wall mount rack 2 nos.

12 3/4 "PVC pipe (white) 600(Six Hundred) mtr


13 3/4 "GI pipe 200(two Hundred) mtr

14 3/4 "PVC pipe T 25 pcs


15 3/4 "PVC pipe L 50 pcs

16 1" inch suction pipe 25 mtr

17 3/4 "pvc shadle 6 pkt


18 1/2 "screw & Grip 6 pkt

19 3/4" Gi pipe shadle 1 Pkt (100nos.)

20 1 " screw & Grip 2 pkt


21 Rj 45 connector 50 nos.
22 4*4 electric board 17 nos.
23 3 pin shocket 17 nos.

24 3 pin top 17 nos.

25 Road Hard Soil Digging 25 mts

26 Soft soil Digging 50 mts


Any other Hardware/Software/Item required for smooth
27
functioning of the Proposed CCTV System
** All the Hardware & Software supplied by the Vendor should be ONVIF compliant and should seamlessly integrate with the
Existing CCTV surveillance System installed at IREL, OSCOM.
Technical Specification

Sr. No. Material Descriptions Technical Specification

1/1.8" Sony Starlight sensor


1080P@25/30fps
IR distance 120-150meters
Speed 0.05~400/s
Smart VQD(Video Quality Diagnosis)
Smart Facial Detection
1 IP PTZ Camera for outdoor Smart IR
Dual Light System (Optional)
Internal storage: SDHC card(64GB)
TVS 6000V, Lightning/Surge 2000V Protection
IP66 waterproofLow
Illumination: 0.002Lux
It can provide color picture at night

3MP H.265 Motorized IR Bullet Camera


Up to 2048X1536 High Resolution
50Hz: 25fps (2048x1536), 50fps (1920x1080)
60Hz: 30fps (2048x1536), 60fps (1920x1080)
WDR, 3D DNR, HLC
Triple Streams
Smart VQD(Video Quality Diagnosis)
Smart Facial Detection
2 IP Outdoor verifocal Bullet
Smart IR
Dual Light System (Optional)
19 Kinds of IVA Functions
Defog
Motorized Lens
On-board Storage, up to 64GB
Alarm I/O 2/1, Audio I/O 1/1, Ethernet, CVBS, 485/232, MicroSD 64G Card, USB
TVS 6000V, Lightning/Surge 2000V Protection, IP67
1.3MP, 1/3" CMOS sensor
2.8mm HD fixed focus lens, ICR dual filter switch
20-30 meters effective IR distance
Support Triple-stream transmission, Main stream-Maximum resolution: 960P @
30fps; Second stream D1@15fps; Third stream: CIF@10fps
Support WDR, backlight compensation, HLC, 3D noise reduction and image flip
Support IVA, include tripwire and boundary detection
3 IP Fix Dome Support digital anti-shake, scene mode setting
Support time mode setting
Dual-core backup
Support ROI
Support image superposition, IPV6, MTU setup, multicast,heartbeat, black and white
list, SNMP
Support P2P mobile phone, it can add IP by QR code
Support POE
Display unit 22" with HDMI port Full 22" Full HD LED with HDMI port ( Brands LG/SAMSUNG/Sony/Panasonic/Philips
4
HD or equivalent)

Display unit 40" with HDMI port Full 40" Full HD LED with HDMI port ( Brands
5
HD LG/SAMSUNG/Sony/Panasonic/Philips or equivalent)
6 HDMI splitter 1 by 4 Multiple port HDMI transmitter with extensive coverage
PoE NVR, also support IVA
7
NVR 16 channel instant replay, pre-record, post-record
8 HDD 4 TB 4TB SATA (Brands WD/Seagate/Toshiba/Sony or equivalent)

9 junction box junction box


Screened STP cable (S/STP)/STP CAT6 cable
AC Leakage Current Throughout Overall Jacket AC 1500V 10 mA
ACR (Minimum at 100 m) 26.5 dB at 100 MHz; 7.5 dB at 250 MHz;
2.8 dB at 300 MHz
Attenuation (Maximum at 100 m)
PVC: 19.8 dB at 100 MHz; 32.8 dB at 250 MHz; 51.8 dB at 550 MHz;
Plenum: 19.4 dB at 100 MHz; 32.0 dB at 250 MHz; 49.9 dB at 550 MHz
10 cat 6 cable
Cable Type 4-pair STP, 300 V
Capacitance Unbalance (Maximum) 330 pF/100 m (Pair to ground)
Capacitance, Mutual (Maximum) 56 pF/km
Characteristic Impedance 1550 MHz: 100 15 ohms
Cold Bend Test -4 F (-20 C) at 4 hrs; no crack
Conductor 23 AWG, solid, bare copper
Conductor Resistance 93.8 ohm/67 F maximum
Spares, Cables and I&C material 1 set
4 u wall mount rack
3/4 "PVC pipe (white)
3/4 "GI pipe
3/4 "PVC pipe T
3/4 "PVC pipe L
1" inch sucsion pipe
11 3/4 "pvc shadle
1/2 "screw & Grip
3/4" Gi pipe shadle
1 " screw & Grip
Rj 45 connector
4*4 electric board
3 pin shocket
3 pin top
Installation including cable laying,
12 Integration and Commissioning
Charges
** All the Hardware & Software supplied by the Vendor should be ONVIF compliant and should seamlessly integrate with the
Existing CCTV surveillance System installed at IREL, OSCOM.
SCOPE OF WORK:

Supply, Installation and Commissioning of CCTV Cameras and Surveillance System

1. Site: The said Administrative building (Site) is located in the OSCOM Plant of Indian rare
Earths Limited at Matikhalo, Ganjam, Odisha, 761045.

2. Site Inspection: The Bidder shall inspect and examine the Site and its surrounding and shall
satisfy himself before submitting his tender as to the nature of the Site, the quantities and nature
of works and material necessary for the completion of the Works and the means of access to the
Site, the accommodation he may require and in general shall himself obtain all necessary
information as to risks, contingencies and other circumstances which may influence or affect this
tender.

3. Scope of Work:

a. Supply, Installation, Testing and Commissioning of CCTV Cameras and Surveillance


System at/in the Administrative Building of IREL,OSCOM as per enclosed BOQ and
adhering to the enclosed Technical specifications
b. The Control Room of the above system will in the reception centre of the administrative
building.
c. The bidders will be required to survey the site /Administrative Building and identify
strategic location to place the CCTV cameras so as to have maximum coverage of the
common area and other locations which required to be monitored.
d. CCTV is required for surveillance through outdoor & indoor cameras at specified location
outside & inside the building. Cameras shall sense the objects even in low illumination.
These cameras are to be connected to the Network Video Recorder (NVR). The NVR unit
should direct recording of all the cameras in real time. The resolution of the picture should
be high. The operator should have the facility to choose any given camera for viewing on
the monitor. Each image recording should be recorded with the camera number, title, time,
date and recording speed visible on the screen at all times.
e. Housing for outdoors cameras/lens shall be environmental, weather proof, IP66 rated vandal
proof complete with sun shield.
f. In case there is any digging work done during laying of cables of CCTV System and after
completion, restoration of the same work shall be in the scope of bidder. The depth of cable
with GI conduit shall be a minimum of 1.5 feet.
g. It may be noted that if any work is required for completion of project, it will be deemed to
be in the scope of bidder whether it is specifically mentioned or not.
h. The bidder should complete the entire job in all respect as per tender documents,
specifications, drawings, discussions as per site requirements to the satisfaction of IREL,
OSCOM.
i. The bidder shall give comprehensive hands on training to atleast 04 personnel of IREL,
OSCOM on operation, preventive maintenance, recording, and retrieval of the CCTV
recordings, operating system of the installed equipments of the CCTV surveillance system
on free of cost. The vendor shall also provide simplified write ups about operating systems,
playback, downloading images to a local PC etc. in the case of CCTV system.
j. Bidder shall continue to provide maintenance and support during the warranty period.
k. Bidder shall resolve any complaints regarding the CCTV surveillance system within 24
Hours.
l. No compensation shall be payable to the bidder for any damage caused by rains lightening,
wind, storm, floods Tornado, earth quakes or other natural calamities during the execution
of work. He shall make good all such damages at his own cost; and no claim on this account
will be entertained.

m. The bidder has to prepare and install the cameras, hardwares/softwares /systems for all
weather conditions.

n. The cameras should be enough to work withstanding wind, rainfall, hailstorm and other
inclement weather conditions.

o. The work has to be carried out in neat and tidy manner to the satisfaction of the IREL,
OSCOM and all care has to be taken to ensure that no part of the building gets damaged
during execution of works. Materials used for carrying out the work shall be of standard
quality as per technical specifications.

p. If the bidder fails to undertake the job satisfactorily or violates the terms conditions or not
attending the work effectively, IREL, OSCOM has every right to cancel the contract and
forfeit the security deposit without assigning any reason whatsoever.

q. The party has to comply with all the norms of municipal and other authorities as per
regulations. A proper training for operation of the CCTV installed has to be given to all the
concerned to enable them to operate the system. Clearance from all local authorities for
carry out the work shall be scope of bidder without any extra cost.

r. The bidder shall have to remove all malba/debris if any from the site on same day at his
own cost and cleaning of the site has to be done on daily basis. No assistance for cleaning
work shall be provided by IREL, OSCOM.
s. All the Hardware & Software supplied by the Vendor should be ONVIF compliant and
should seamlessly integrate with the Existing CCTV surveillance System installed at IREL,
OSCOM.
t. The proposed CCTV surveillance system should have a recorded data backup capacity for
atleast a month (31 days)

PRE-QUALIFICATION CRITERIA OF TENDER:

(a) Party should have experience in successful execution of similar supply during last Seven
years ending 31st August 2015 of followings.
One similar supply for a value not less than amount equal to Rs. 5,60,000/-
OR
Two similar supply(s) costing not less than the amount equal to Rs.3,50,000/-
OR
Three similar supply(s) costing not less than the amount equal to Rs.2,80,000/-

Definition of Similar supply(s):


Supply & Installation of IP based Video Surveillance System

The Bidder has to furnish documentary evidence in support of the qualification criteria from
concerned authority/department/organization for similar supplies executed like
i) Copy of purchase orders
ii) List of customers with address and contact numbers.
The bidder should be OEM or OEM authorized system house preferably with a office in the state
of Odisha. Authorization letter / certificate to be submitted along with the offer.
SCHEDULE OF PRICE

Sl. Item description Total in Rs.


No.
(a) Total cost towards Supply of materials IP based video
surveillance system as per enclosed BOQ & Technical
Specification.
(b)
Total cost towards Installation and commissioning of materials for
IP based video surveillance system
(c ) Taxes & Duties on supply items if any
(d) Service Tax on Installation and commissioning of materials for IP
based video surveillance system.

(e) Any other charges (please specify)


Total
The bidders have to quote for Annual maintenance charges for 03
years after expiry of warranty period of 01 Year separately with
details of the service to be provided. However, IREL reserve the
rights to consider the quoted price of Annual maintenance charges
Note:
1. Terms of delivery: FOR IREL Site.
2. Evaluation shall be made based on the complete supply, installation &
commissioning of the system and free training on landed cost
3. All prices shall be indicated in both figures & words.
4. In case of any discrepancy between figures and words, words shall govern. In case of
any discrepancy between rate and amount, rate shall govern.
PAYMENT TERMS:
(i) 50% payment towards supply (along with payment of 100% all taxes and duties on
supply part) shall be made within 30 days of receipt and acceptance of materials at
IREL, OSCOM Stores.
(ii) 45% payment shall be made after successful installation & commissioning.
(iii) The SD amount along with balance 5% left out shall be returned after 12(Twelve)
months of successful installation and commissioning on certification by Engineer
in Charge or on submission of Performance Bank Guarantee equal to the 10% of
the value of the contract valid for 12 months from the date of successful installation
and commissioning
(iv) Total payment shall not exceed 100% of the contract value.

WARRANTY: The IP based CCTV surveillance system supplied & installed by the bidder shall be
warranted against any defective material or poor workmanship for a minimum period of
12 months from the date of successful installation and commissioning of IP based CCTV
surveillance system.

Time Period of Completion:

The time period of supply shall be for a period of 60 days (Sixty) days from the date of acceptance of
order for delivery on FOR destination basis .The time period of installation & commissioning shall be
within 15 days of clearance from our end.
Annexure to Invitation to tender
Terms & Conditions:
1. The due time of receipt of tender on the due date of opening shall be upto 14.30 Hrs on the due date as in NIT.
2. The sealed envelope containing the quotations submitted by the tenderers should be superscribed with the tender
reference, Name and Address of the Tenderer and the due date of opening or else the quotation will be rejected.
Separate sealed envelope should be submitted for different tenders or else the quotation would be rejected. Also it is to
be ensured by the tenderer that offer is submitted before the due date and time.
3. Representatives of the Tenderers carrying the tender for submission by hand are required to contact our nominated
officials whose names are displayed at the entrance of the Purchase Dept. In case the representative want
acknowledgement towards having handed over their tender, they are requested to handover their quotation to our Central
dispatch Section located in Ground Floor of Administrative Building.
4. Tenderers should note that the Limited Tender Box is located at the entrance of Purchase Department in Administrative
Building and they are required to drop in this tender box only failing which the tender shall not be entertained.
5. FAX quotation is not acceptable unless until specifically mentioned in the NIT. IREL shall not accept any responsibility for
delay/loss or non-receipt of tender documents by post. IREL reserves the right to postpone the date of opening of tenders
without assigning any reason thereof.
6. The tendered rates and amount shall be preferably type written in ink and in English both in figures and in words. In case
of any discrepancy between rates and amounts only the rate will govern. In the case of discrepancy between the figures
and words, only the words will govern. All alterations and corrections shall be date initialed and dated by the tenderer. No
erasers or over writings are permissible.
7. Taxes and duties, P&F charges & freight should be indicated in specific terms. Offers simply stating extra will not be
considered.
8. In case tenderer is interested to claim benefits owing to their unit/firm/company being registered under MSMED Act
2006, they are required to submit documentary evidence in proof of their registration while submitting their offer.
9. Tenderer has to indicate Tax Identification Number (TIN no.) & date/ CST No. & date/ PAN No. in their offer.
10. The prices should be quoted on For destination /IREL-OSCOM stores basis. Approx. weight of each of the item
description is to be clearly mentioned in the offer.

11. The detailed breakup of prices should be given by the tenderer as given below:
Basic Price in Rs
Terms of price
i.e. Ex-Works basis/ FOR Destination basis
P&F Charges
Excise duty & Edn. cess
CST/ VAT
Freight Charges
Insurance
Entry Tax
Landed Cost
12. The offer submitted by the tenderer should remain valid for 90 days from the date of opening.
13. The tenderer has to clearly indicate the guarantee provisions in their offer. Our standard guarantee terms is 18 months
from the date of supply or 12 months from the date of use, whichever is earlier.
14. The offers submitted by the dealers must accompany valid authorized dealership certificate.
15. Tender Document Cost (TDC): Quotations submitted by the tenderer must accompany non refundable tender document
cost of Rs ______315/-_____________________ in the shape of Demand Draft drawn in favour of Indian Rare Earths
Ltd. payable at State Bank of India (Branch code 6086) / Indian Bank, Konamana Branch, OSCOM Complex , Matikhalo-
761045, Dist-Ganjam.
16. Earnest Money Deposit (EMD): The tenderer has to submit EMD of Rs ______10000/-_____________________ in the
form of DD for amount as indicated below by a crossed demand draft drawn in favour of Indian Rare Earths Ltd payable at
State Bank of India, IRE Ltd. Campus branch, Matikhalo 761 045 (Branch code 6086) / Indian Bank, Konamana Branch,
(Branch code 6086), OSCOM Complex, Matikhalo 761045 as a token of their earnestness in submitting their offer to
undertake the supplies and conclude a contract if entrusted to them on the basis of their tender as accepted.
EMD can also be submitted in shape of Bank Guarantee valid for a period of 120 days from the date of opening of the
tender. The bank guarantee should be issued by State Bank of India including its subsidiaries or any Nationalized bank or
any other schedule A commercial bank. Bank guarantee given by the co-operative banks or private banks will not be
accepted. No interest is payable on the EMD. EMD should be attached to the tender form in a separate sealed envelope
with proper identification marking.
EMD is liable to be forfeited if the tenderer changes the terms & conditions or prices or withdraws his quotation
subsequent to the date of opening or fails to accept the order when placed or fails to commence supplies after accepting
the order. IREL reserves the right to accept or reject the tender without EMD. EMD of unsuccessful tenderer shall be
refunded immediately on finalisation of the contract. However, EMD may be adjusted with security deposit of the party on
whom order is being released.
17. Security Deposit(SD): For Order value above Rs 5.00 lakhs, the successful tenderer has to submit Security Deposit
@5% of the contract value in the form of demand draft/ irrevocable bank Guarantee within 15 days of receipt of our PO
as security for satisfactory completion of the order. The SD shall not bear any interest and is liable to be forfeited for
unsatisfactory completion or on abandonment of the supply order. The EMD can be adjusted towards Security Deposit. If
the Supplier fails to provide the security deposit within the period specified, such failure shall constitute a breach of the
Contract and IREL shall be entitled to make other arrangements for the repurchase of the stores contracted for at the risk
and expense of the Supplier and/or to recover from the Supplier the damages arising from such cancellation. No claim
shall lie against IREL either in respect of interest, if any, due on Security Deposits or depreciation in value.
18. Exemption for EMD/SD: Valid NSIC Registered (for the tendered items) firms who produce documentary evidence i.e.
self-attested and NOTARISED, issued by the Govt. authorities are exempted from submission of EMD/SD. However,
NSIC registered firms shall be exempted from Security Deposit only up to their monetary limit, if any, indicated in the
registration certificate. In case value of order placed is above such monetary limit indicated in the registration certificate,
the successful tenderer have to furnish the security deposit in the form of Demand Draft / Bank Guarantee.

19. Payment terms: Please refer above.


20. Transportation: For terms of Delivery as: FOR Destination, it is not mandatory for the Supplier to book the materials
through our authorized transporter. The responsibility lies with the Supplier for timely delivery of the ordered materials &
also for transit insurance. However, for terms of Delivery as: Ex-works, the supplier has to book the material through IREL
authorized Transporter only.
21. Way Bill: Way Bills are already available at state entry points in the office of IREL authorized transporter. Hence, Way Bill
will be taken care by our authorized transporter if material is booked through them, However, for terms of Delivery as:
FOR Destination, the Supplier should ask for way bill sufficiently in advance.
22. Packing & Forwarding charges(P&F): The packing & forwarding charges is to be mentioned by the tenderer separately
which will be limited to IRELs standard P&F charges. P&F charge is not payable in case the price is quoted on FOR
Destination basis.
23. Time of Completion and Force Majeure: The time stipulated for despatch, delivery, or completion as the case may be,
starts from the day the Supplier receives the IRELs Purchase Order or from any other date specifically stipulated in the
contract agreement. Should progress or delivery be delayed by strikes, lockouts, fire, accidents, acts of god, or any cause
whatsoever beyond the reasonable control of the Supplier, suitable extension of time shall be granted. Should one or
both parties be prevented from fulfilling their contractual obligations by a state of force majeure lasting continuously for a
period of at least three months, the two parties shall consult each other regarding the further implementation of the
contract with the provision that if no mutually satisfactory arrangement is arrived at within a period of one months from the
expiry of the three months referred to above, the contract shall be deemed to have expired at the end of the said three
months referred to above. The above-mentioned expiry of the contract will imply that both the parties have the obligation
to reach agreement regarding the winding up and final settlement of the contract.
24. Liquidated Damages(LD): LD shall be levied where reasons are attributable to suppliers for delay in execution of order.
Liquidated damages shall be levied at the rate of 0.5% (half percent) per week on the value of the unfinished supply for
each week of delay subjected to maximum of 5% (five percent) of the total value of the order. However, if separate period
of completion/delivery schedules are specified for certain item of order or group of items of order at the time of issuing the
order, the liquidated damage can be levied accordingly on the total value of item of order or group of items of order. LD
will be charged on full value of the contract and not on delayed part.
25. IRE reserves the right to terminate the contract at any time at tenderers risk and cost, if their performance is found
unsatisfactory. IRE Ltd. reserves the right (i) to reject any or all the tenders wholly or in part thereof (ii) to award the job by
distributing to more than 1 (one) tenderer without assigning any reason(s) thereof. The splitting of the quantity can be in
the ratio of 50:50 or 60:40 or 70:30 etc. at L1 rates only. IREL further reserves the right to place order on overall
L1(lowest) basis or on item wise L1 basis to its advantage.
26. In case of any in-equality between terms quoted by the tenderers from that of IREL, then IREL reserves the right to load
such terms suitably to bring them to equal footing before deciding the award of the contract.
27. IREL reserves the right to accept or reject any tender/offer without assigning any reason thereof and no tenderer shall
have any claim over such action. No compensation whatsoever shall be paid for submission of offer against the tender
irrespective of whether the tender is accepted or rejected. No claim whatsoever shall be admissible in this context.
28. Communication of Non-participation & no response: In case you choose not to participate in the tender, a Regret
letter by way of FAX/ letter is to be submitted well before the due date duly super scribing Regret and tender ref no.,
with date & due date on the envelope.
29. Rejection of offers; The tenders shall be liable for rejection in case of following:
a. Non-submission of samples, if asked for.
b. If the offers are received after the due date & time and/or by FAX/E-mail(unless specified otherwise).
c. If the offers are received in open condition
d. If the offers deviate from our tender conditions as specified above.

30. Counter terms and conditions of tenderer: Where counter terms and conditions have been offered by the tenderer, the
same shall not be deemed to have been accepted by IREL unless specific written acceptance thereof is given by IREL.

31. For meeting the increased requirements which were not foreseen at the time of placement of orders, we can place repeat
purchase orders on the same party for the same item with the same terms and conditions within a period of 12 months of
the original order and the party has to accept the same.

32. Legal jurisdiction: Only the Civil Courts of Chatrapur- 761 020, Dist. Ganjam (Orissa) shall be the jurisdiction to deal with
and decide upon any legal matters of dispute whatsoever arising out of this tender.
33. All correspondences with regard to the tender may be made with Sr. Manager(Materials), Purchase Dept, Indian Rare
Earths Limited, OSCOM, PO- Matikhalo, Dist. Ganjam, Orissa-761045. Phone No. 06811-257890 to 257895; Fax No.
06811-257988: Email : headireo@sancharnet.in

Yours truly,
for Indian Rare Earths Limited.,

-sd-
Sr. Manager(Materials)
ETHICS IN TENDERING & OTHER BUISNESS DEALINGS

Indian Rare Earths Limited a Government of India Undertaking under the administrative
control of Department of Atomic Energy is doing its business as per the rules and
regulation of the Public Sector Undertaking and other statutory agencies. The business
is done in a ethical, rational & impartial manner with good Corporate governance.

In our endeavor to be more transparent in our dealings and to support our ideology all
Vendors, Customers and Business Partners are requested not to provide any gift and /or
inducement to any of our employees for securing/being granted favour in dealings with
our Company. In assurance of your commitment to the aforesaid, it will be highly
appreciated if you fill up, sign and abide by the attached undertaking.

Report of any gifts and /or inducements sought by any employee of the company(IREL)
should be immediately reported to any one of the following:

Dr. R N Patra,
Chairman & MD Chief Vigilance Officer
Indian Rare Earths Ltd Indian Rare Earths Ltd
1207 VS Marg,Prabhadevi 1207 VS Marg,Prabhadevi
Mumbai 400 028 Mumbai 400 028

Ph.022-24225778 Ph.022-24221068
Email:irelcvo@rediffmail.com

CGM & Head OSCOM


,
Indian Rare Earths Limited,OSCOM,
PO-Matikhalo, Dist-Ganjam, Orissa-761045.
Ph: 06811-257890-95
Email: headireo@sancharnet.in

We assure you that complaints if any made by you on the subject will be kept
confidential and fair investigation will be conducted and appropriate action will be taken.
Similarly, we expect your commitment to the under taking and its violation will have
consequences as per prevailing rule of the company.

Thanking you,

For Indian Rare Earths Ltd

-Sd-
Dy.Gen. Manager(Materials)
UNDERTAKING TO BE SUBMITTED BY TENDERER

Date:

To

M/s. Indian Rare Earths Ltd

OSCOM, Matikhalo.

I/we.am/are a Vendor/Customer of Indian Rare Earths


Limited (now on wards to be referred as Company)

I/We agree and undertake:

(i) Not to provide any gift and/ or inducement to any employee of the
company in connection with securing/ being granted favour (s) in my/our
dealings with the company and its field Unit namely OSCOM at Orissa,
(ii) To immediately report any gift and / or inducement sought by any
employee of the company in exchange of the company and /or its field
Units granting favour (s) to me/us in my/our dealings with the company
and /or its field units.

Signature:..

Name:

Title:.

Name of the Company & Address ( with seal):..


PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

(To be issued by approved scheduled Banks)

In accordance with Notice invited Tender (NIT) No . Dated for the work of
(herein after referred to as the said Works) for Rs. (Rupees only), under
(MK unit/Chavara unit /OSCOM unit /Red unit /Corporate office) of M/s Indian Rare Earths
Limited, a company incorporated under Indian companies Act, having its registered office at Plot
No. 1207, ECIL building, Opp. to Siddhivinayak temple, Veer savarkar Marg, Mumbai -
400028, India (Herein after referred to as IREL), M/s Address
[Herein after referred to as Contractor (s)] wish / wishes to participate in the said tender and a
Bank Guarantee for the sum of Rs. (in words) valid for a period of days (in
words) is required to be submitted by the Bidder towards the Bid Security.

We the Bank (Hereinafter called the said Bank ) do hereby undertake


to pay to IREL , the sum of Rs. (Rupees Only ) by reason of the
said tenders failure to enter into an agreement of contract on intimation of acceptance of his
tender and/or to commence the contract works and/or failure to deposit the security deposit
within the stipulated period as per the terms and conditions relating to and/or governing the
contract and/or specified in the notice inviting Tender (NIT). We also agree that any such
demand made on the Bank shall be conclusive as regards the amount due and payable by the
Bank under his guarantee. We also agree that not with standing any dispute or difference or any
litigation in respect of or arising form the said contract and/or the acceptance of the tender of the
tenderer afore stated by IREL including the question as to the tenability of the claim of the IREL
for forfeiting the Earnest Money being the Bank Guarantee herein, We shall forth with pay the
said amount to IREL on demand being made as aforesaid.

We Bank further agree that the guarantee herein contained shall


remain in full force and effect during the period that would be taken for entering into an
Agreement of contract and that it shall continue to be enforceable till all the dues of the IREL
under the terms and condition of the NIT for the work have been fully paid and properly carried
out by the said tenderer and accordingly discharges the guarantee.

We Bank further agree with the IREL that the IREL shall have the
fullest liberty without our consent and without our consent and without affecting in any manner
our obligations hereunder to vary any of the terms and conditions of the NIT and/or terms and
conditions governing the contract or to extend the time of validity of the offer from the said
tenderer from time to time or to postpone for any time or from time to time any of the powers
exercisable by the IREL against the said tender and to forbear on enforce any of the terms and
condition of the NIT and we shall not be relieved from our liability hereunder by reason of any
such variation, or extension being guaranteed to the Sid tenderer or for any forbearance, act or
omission on the part of the IREL or any indulgence by the IREL to the said tenderer or by any
such matter or thing whatsoever which under the law relating to surety/guarantee would but for
this provision have effect of so relieving us

We Bank do hereby further agree that any change in the constitution of


the said tenderer or the Bank will not affect the validity of this guarantee.

We Bank lastly undertake not to revoke this guarantee during its currency
except with the previous consent of the IREL in writing.
Dated the day of 20

--------------------------------------Bank

(signature with name in block letters with designation,


Attorney as per power of Attorney No. dt )

Banks Common seal


PROFORMA FOR BANK GUARANTEE FOR SECURITY DEPOSIT
WHEREAS on or about the days of M/s
(Tenders name & address), Having its registered office situated at (Postal address)
(herein after referred to as The tenderer) Entered into a contract bearing reference no.
did with (MK unit/chavara unit/OSCOM unit/red
unit/corporate office) of M/s Indian Rare Earths Limited , a company incorporated under Indian
companies Act having its registered office at Plot No. 1207,ECIL building, opp . to
Siddhivianayak Temple, veer savarkar Marg , Prabhadevi , Mumbai -400 028, Indian (Herein
after referred to as IREL), for (details of order)(herein after referred to as The
contract). AND WHEREAS under the terms and conditions of the contract the tenderer is
required to keep with IREL a security deposit of Rs. (Rupees
only) or submit a Bank guarantee in lieu of cash deposit for the fulfillment of the terms and
conditions of the contract, and whereas the supplier has chosen to submit a Bank Guarantee.
We Bank do hereby undertake to pay the amount due and payable
under this guarantee without any demur, merely on a demand from IREL starting that the amount
claimed is due by way of loss or damage caused to or that would be caused to or suffered by
IREL by reason of breach of any of the terms and conditions of the said contract. Any such
demand made on the Bank shall be conclusive as regards the amount sue and payable by the
Bank under this guarantee. However, our liability under this guarantee shall be restricted to an
amount not exceeding Rs Plus interest @ 12% per annum from the date of demand for
payment till the actual date of payment made by us.
We undertake to pay to IREL any money so demanded not with standing any dispute or disputes
raised by the tenderer in any suit or proceeding pending before any court or tribunal relating
thereto, our liability under theses present being absolute and unequivocal. The payment so made
by us under this guarantees shall valid discharge of our liability for payment there under and the
tenderer shall have no claim against us for making such payment.
We Bank further agree that the guarantee herein contained shall
remain in full force and effect during the period that would be taken for the performance of the
said Agreement and that it shall continue to be enforceable till all the dues of IREL under or by
virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till
IREL certifies that the terms and conditions of the said Agreement have been fully and properly
carried out by the said tender and accordingly discharges this guarantee. Our guarantee is made
on us in writing within six months from the expiry of the guarantee period , We shall be
discharged from all liability under this guarantee thereafter.
We Bank , further agree that agree that IREL shall have the fullest
liberty without our consent and without affecting in any manner our obligations hereunder to
vary any of the terms and conditions of the said agreement or to extent time of performance by
the said tenderer from time to time or to postpone for any time or from time to time any of the
powers exercisable by IREL against the said tenderer and to forbear or enforce any of the terms
and conditions relating to the said agreement and we shall no be relived from our liability by
reason of any such variation , or extension being granted to the said contract or for any
forbearance, act or omission on the part of IREL or any indulgence by IREL to the said tenderer
or by any such matter or thing whatsoever which under the law relating to sureties would but for
this provision, have effect of so relieving us. This guarantee will not be discharged due to the
change in the constitution of the Bank or the consultant.
We Bank lastly undertakes not to revoke this guarantee during its
currency except with the previous consent of IREL in writing.
Dated the day of 20

-------------------------------------------Bank.

(Signature with name in Block letter with designation,


Attorney as per power of Attorney No. dt. )

Banks common seal

You might also like