HEADQUARTERS 31 SUB AREA, BB CANTT, SRINAGAR DRAFT...
Transcript of HEADQUARTERS 31 SUB AREA, BB CANTT, SRINAGAR DRAFT...
1
Date : Signature of Authorised Signatory Company’s Seal
HEADQUARTERS 31 SUB AREA, BB CANTT, SRINAGAR
DRAFT REQUEST FOR PROPOSAL (RFP) AGAINST ADVERTISEMENT
TENDER ENQUIRY (TE) IN TWO BID SYSTEM
INVITATION OF BIDS FOR PROCUREMENT OF UNDER VEHICLE SCANNER (UVS)
FOR HQ 15 CORPS ZONE OUT OF SECURITY RELATED EQUIPMENTS
(SRE) GRANTS FOR THE FINANCIAL YEAR 2018-19
Request for Proposal (RFP) No. 1400/ 50/ SRE/ ADDL (EP)/ UVS SYS/ 2018-19/GSI dt 18 Jul 2018. 1. The online Bids under Open Tender Enquiry (TWO BID SYSTEM) are invited by the GOC, 31 Sub Area, BB Cantt, Srinagar for and on behalf of the President of India for supply of items listed in Part II of this RFP. The tender reference number for this turnkey project is 1400/ 50/ SRE/ ADDL (EP)/ UVS SYS/ 2018-19/GSI dt 18 Jul 2018 can be viewed at www.eprocure.gov.in. 1. The address and contact numbers for sending physical documents or seeking clarifications regarding this RFP are given below : –
(a) Bids/ Queries to be addressed to - Commanding Officer 124 Infantry Battalion (TA) SIKH PIN – 934324, Care of 56 Army Post Office
(b) Postal address for sending the Bids - 124 Infantry Battalion (TA) SIKH
PIN – 934324, Care of 56 Army Post Office
(c) Name/designation of the contact pers - Col Rohit Khanna, SM
Commanding Officer 124 Infantry Battalion (TA) SIKH PIN – 934324, Care of 56 Army Post Office
(d) Telephone No of the contact pers - 0194-2701578 (exchange)
203 (extn)
(e) E-mail id of contact personnel - [email protected]
(f) Fax No - 0194-2701578
2
Date : Signature of Authorised Signatory Company’s Seal
2. This RFP is divided into five Parts as follows:
(a) Part I – Contains General Information and Instructions for the Bidders about the RFP such as the time, place of submission and opening of tenders, Validity period of tenders, etc.
(b) Part II – Contains essential details of the items required, such as the Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of Delivery and Consignee details.
(c) Part III – Contains Standard Conditions of RFP, which will form part of the Contract with the successful Bidder.
(d) Part IV – Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful Bidder.
(e) Part V – Contains Evaluation Criteria and Format for Price Bids.
3. This RFP is being issued with no financial commitment and the Buyer reserves the right to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFP, should it become necessary at any stage. Yours’ Faithfully, Sd/x-x-x-x-x
(Kapil Khandelwal) Lieutenant Colonel
Officiating Colonel General Staff
For General Officer Commanding
HQ 31 Sub Area
Date : 20 Jul 2018
Copy to :-
IFA,
HQ 15 Corps,
- For information please.
HQ 31 Sub Area (GS)
c/o 56 APO
3
Date : Signature of Authorised Signatory Company’s Seal
PART I – GENERAL INFORMATION
1. Critical Dates. The critical dates with respect to the Tender ref 1400/ 50/ SRE/ ADDL (EP)/
UVS SYS/ 2018-19/GSI dt 18 Jul 2018 are as follows:-
CRITICAL DATE SHEET
Ser
No Item Date Time
(a) Published Date 23 Jul 2018 As uploaded on
CPPP Portal (b) Bid Document Download 23 Jul 2018
(c) Clarification Start Date 23 Jul 2018 1000 Hr
(d) Pre bid meeting 31 Jul 2018 1000 Hr
(e) Clarification End Date 02 Aug 2018 1000 Hr
(f) Bid Submission Start 03 Aug 2018 1700 Hr
(g) Bid Submission End 20 Aug 2018 1700 Hr
(h) Bid Opening start 21 Aug 2018 1000 Hr
2. Manner of Depositing the Bids. The bids for this turnkey project will be submitted in
the following manner:-
(a) Physical sealed documents in Tender Box. The original of following documents shall be submitted physically in a sealed envelope in the tender box prior to bid submission closing date, in a sealed envelope duly marked with Tender ID along with a letter under company letter head:- (i) EMD instrument as per Para 13 Part-I of RFP.
(ii) DD of Tender fee - Crossed demand draft/ IPO of Rs. 1000/- (Rupees One
thousand only) payable to GOC, HQ 31 SUB AREA, Srinagar. DD should be valid for
minimum period of three months. Any firm claiming exemption should encl proof of
the same.
(iii) Technical brochure of equipment/ software being offered giving complete
technical specifications. (b) E-Bid Cover - I (Submitted Electronically). Scanned copy (PDF) of tender fee,
EMD/EMD Exemption Cert and Proof of Annual turnover. (c) Online Documents (e-Bid) Cover – II (Submitted Electronically). Online submission of documents in Cover-II will contain the Technical Bids consisting of following documents in a single PDF file:- (i) Ink signed letter of authorization from OEM on the format attached as Appendix ‘A’. (ii) Dealership certificate with proof of valid Registration/renewal of registration.
4
Date : Signature of Authorised Signatory Company’s Seal
(iii) ISO compliance of OEM for all technical items being supplied.
(iv) Technical brochure of equipment/software being offered giving complete technical specification. (v) Audited balance sheet of the firm for the fourth Quarter ending of previous financial year. (vi) IT returns of the firm for the last three financial years.
(vii) PAN No, GSTIN Cert (Enclosed copy of PAN card & GSTIN Cert duly stamped) of the Bidder.
(viii) Vendor to quote only one make/model for each item. Quoting two or more make/models for any item will attract disqualification of Technical Bid.
(ix) NEFT/ ECS form. (x) Technical Specification compliance chart as per Appendix ‘B’. (xi) Malware, Vulnerability & Malicious code certificate as per Appendix ‘C’. (xii) Non disclosure cert.
(xiii) Tender Conditions Acceptance Certificate. The bidder shall certify for acceptance of all the tender conditions of the online RFP and furnish a certificate as per Appendix ‘D’. The certificate duly signed shall be enclosed/ uploaded. In case of any deviations, the bid shall be rejected. If the certificate is signed by legally authorized signatory, a copy of the authorization letter be enclosed/uploaded.
(xiv) Bank Certificate of credit worthiness (Scanned and uploaded).
(xv) Certificate of acceptance of terms and conditions of RFP on firms letter head
(Scanned and uploaded).
(xvi) Scanned copy of EMD documents if applicable or the exemption certificate
along with BG Certificate.
(xvii) Clause by clause compliance of specifications certificate as mentioned in
Para 2 Part II of the RFP.
(xviii) Sovereign Govt Non-Ban Confirmation Cert. (Scanned and uploaded)
The Bidder will provide the Certificate as per Appendix ‘E’ that the OEM of the items
being procured are not banned by any Sovereign Govt in the world and the same is
not manufactured by the OEM located in any country known to be Adversaries
of India either militarily, economically or otherwise. False furnishing of
information will render the technical bid invalid.
5
Date : Signature of Authorised Signatory Company’s Seal
(xix) Product Country of Origin. (Scanned and uploaded) All products being
offered by the Bidder should clearly mention manufactured part number (MPN) and
country of origin (COO). The details will be filled in as per Appendix ‘F’. No item
manufactured in non friendly countries of India will be quoted for the project..
False furnishing of information will render the technical bid invalid.
(d) E-Bid Cover- III. Commercial bid packet will be submitted as Cover III and will consist of following and will be submitted online only:- (i) Commercial bid in the form of “BOQ” (Bill of Quantities). (ii) Copy of “Additional Charges/ Discounts” containing details of items with Financial implications on the bid. The format of the same is att as Appendix ‘G’.
(iii) Scanned copy of “Additional Information in Price Bid on Taxes and Duties
(Not in Scope of L1 Determination)” containing details taxes, duties and levies. The
format of the same is att as Appendix ‘H’.
3. Date and Time for Opening of Bids. 21 Aug 2018 at 1000 Hrs. (If due to any exigency, the
due date for opening of the Bids is declared a closed holiday, the Bids will be opened on the next
working day at the same time or on any other day/time, as intimated by the Buyer).
4. Location of the Tender Box. Tender Box marked as “PROCUREMENT OF UNDER
VEHICLE SCANNER (UVS) is placed at HQ 31 Sub Area, BB Cantt, Srinagar. PIN 190004. The
following guidelines will be followed while submitting the document. No commercial repeat no
commercial bid will be dropped in the Tender Box.
(a) The physical receipt of specified documents as given in Para 2(a) shall be
mandatory prior to bid opening.
(b) The non receipt of the physical document shall render non acceptance
of the tech bid.
(c) Only those document specified in the tender document and are found in
the tender box will be opened.
(d) Bids dropped in the wrong Tender Box will be rendered invalid.
(e) No post-bid clarification on the initiative of the bidder will be entertained.
5. Place of Opening of the Bids. The physical verification of tender document will be done at HQ 31 Sub Area, BB Cantt, Srinagar. The Bidders may depute their representatives, duly authorized in writing, to attend the receipt on the due date and time. Rates and important commercial / technical clauses quoted by all Bidders will be read out in the presence of the representatives of all the Bidders. This event will not be postponed due to non-presence of your representative. 6. Opening of Two Bid System.
6
Date : Signature of Authorised Signatory Company’s Seal
(a) Two-bid system will be followed and only the Technical Bid would be opened as
mentioned in this tender document. The Technical Bids shall be opened first as per
critical date sheet mentioned in this tender document. The evaluation of Technical Bids will
be carried out off-line and the results of the evaluation will be uploaded on the Central Public
Procurement Portal (https://eprocure.gov.in).
(b) The Commercial Bids of only those Bidders whose Technical bids meet all the
stipulated Technical qualitative requirements shall be opened. The date of opening will
be intimated to the Bidders through Central Public Procurement Portal
(https://eprocure.gov.in).
(c) Further negotiations will be made only with the lowest bidder (L1) as determined by the committee. The date, time and venue fixed for this purpose will be intimated separately.
7. Forwarding of Bids.
(a) The documents specified in Para 2(a) to be deposited physically will be dropped
in the sealed tender box. The physical receipt of these documents is mandatory. The
technical bids shall not be accepted if these documents are not received prior to bid
opening. The bidder will confirm by email about dispatch/ delivery of hard copy of the
bid documents.
(b) The TECHNICAL and COMMERCIAL bid will be submitted “Online Only”
(c) The TECHNICAL BID and the COMMERCIAL BID should be submitted by the
bidder duly digitally signed by the legal owner of the firm or the person auth by him to
do so. Instructions for Online Bid Submission Instructions to the Bidders to submit
the bids online through the Central Public Procurement Portal for e-Procurement at
https://eprocure.gov.in/eprocure/app.
8. Clarification regarding contents of the RFP. A prospective bidder who requires
clarification regarding the contents of the bidding documents shall notify to the Buyer in writing
about the clarifications sought so as to reach before the specified timelines mentioned at per Para
1(e) above. Copies of the query and clarification by the purchaser will be uploaded as corrigendum
for all prospective bidders who have received the bidding documents.
9. Modification and Withdrawal of Bids.
(a) The Bidder may modify (resubmit) his bid after submission, as per the provisions
available of the portal. No bid shall be modified after the deadline for submission of bids.
(b) If bidder desires to withdraw before bid submission closing date/time, he may do so
online in the portal and offline EMD would be refunded but not cost of the tender. Once with-
drawn online, he cannot participate again in this tender.
7
Date : Signature of Authorised Signatory Company’s Seal
(c) No bid will be withdrawn in the interval between the deadline for submission of bids
and expiry of the period of the specified bid validity. Withdrawal of a bid during this period
will result in forfeiture of Bidder’s Bid Security/ EMD.
10. Clarification regarding contents of the Bids. The detailed instructions for bidders are at Appendix ‘J’. During evaluation and comparison of bids, the Buyer may, at its discretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing and no change in prices or substance of the bid will be sought, offered or permitted. No post-bid clarification on the initiative of the bidder will be entertained.
11. Rejection of Bids. Canvassing by the Bidder in any form, unsolicited letter and
post-tender correction may invoke summary rejection with forfeiture of EMD. Conditional Bids will
not be accepted. The buyer will only correspond with the bidders. Any correspondence from any
other agencies other than the bidder will be summarily rejected.
12. Unwillingness to Quote. Bidders unwilling to quote should ensure that intimation to this effect reaches before the due date and time of opening of the Bid, failing which the defaulting Bidder may be delisted for the given range of items as mentioned in this RFP. The unwilling cert in the Letter Head is to be deposited duly signed & sealed in tender box. In extreme cases the same be dispatched by Courier with intimation by e-mail so as to reach before due date and the responsibility to the effect rests with the Bidder.
13. Validity of Bids. The Bids should remain valid 180 days from the date of opening of
tenders from the last date of submission of the Bids.
14. Earnest Money Deposit (EMD). Bidders are required to submit Earnest Money
Deposit for an amount of Rs. 18,26,180/-(Rupees eighteen lakh twenty six thousand one
hundred & eighteen only) along with their bids. The EMD may be submitted in the form of an
Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee from
any of the public sector banks or a private sector bank authorized to conduct government business
(viz ICICI Bank Ltd/Axis Bank Ltd/HDFC Bank Ltd only) as per Form DPM-16 (Available in MoD
website and can be provided on request). Demand draft & Banker’s cheque should be drawn in
favour of “PCDA, Northern Command, Jammu. EMD is to remain valid for a period of forty-
five days beyond the final bid validity period (i.e. 180 + 45 = 225 days minimum). EMD of the
unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and
latest on or before the 30th day after the award of the contract. The Bid Security of the successful
bidder would be returned, without any interest whatsoever, after the receipt of Performance
Security from them as called for in the contract. EMD is not required to be submitted by those
Bidders who are registered with the Central Purchase Organisation (e.g. DGS&D), National
Small Industries Corporation (NSIC), DGQA or similar procurement organisations of
Ministries of the Government of India for the same item/range of products, goods or
services for which the tenders have been issued. Firms registered with Units/ Establishments of
Army, Air Force, Navy or DRDO Labs which do not qualify to be part of Central Purchase
Organisations will not be exempted from EMD. The bidder is required to attach the copy of
proof for exemption of EMD with their technical offer. The EMD will be forfeited if the bidder
withdraws or amends, impairs or derogates from the tender in any respect within the validity period
of their tender.
8
Date : Signature of Authorised Signatory Company’s Seal
15. Manner for obtaining the Tender Set. The tender documents are available for download at
www.eprocure.gov.in, the interested firm may download the documents and submit the same along
with required tender fees. NSIC registered firm may download the tender documents and submit
the same along with proof of registration with NSIC to claim exemption from Tender Fees.
(Signature of the tenderer)
Name
Capacity in which signed
9
Date : Signature of Authorised Signatory Company’s Seal
.PART II – ESSENTIAL DETAILS OF ITEMS/SERVICES REQUIRED
1. Schedule of Requirements. List of items / services required are as under:-
Ser No Name/Type of item/Services/ Description of store Qty for
one site
Qty for 21
sites
Under Vehicle Surveillance System (Area Scan Technology) with Automatic License Plate Recognition, Driver Capturing Camera, Tyre Killer 6 Mtr wide Hydraulic & Crash Rated Boom Barrier
1. Scanner Assembly alongwith Inductive loop Sensor 01 unit 21 units
2. High Power LED Array Illuminator Unit 01 unit 21 units
3 Under Vehicle Surveillance System Software with ANPR Unit
01 unit 21 units
4 Processing Units/ Work Stations/ Server (include 21’’ & 32’’ High resolution LED Screen)
02 Nos 42 Nos
5 Colour Printers 02 Nos 42 Nos
6 Mechanical Structure (SS Frame) 01 Nos 21 Nos
7 42 U Rack Fully Loaded 01 Nos 21 Nos
8 Scanning Camera/ Cameras (Single Or Multiple) 01 Set 21 Set
9 Auxiliary Cameras (License Plate Camera (IP Based) 01 Nos 21 Nos
10 2 MP Verifocal IR Camera ( Driver Face photo capture camera)
01 Nos 21 Nos
11 24 Port Gigabit Ethernet Layer 2 Web managed Switch with inbuilt 12 Gigabit SFP modules with wall mounting enclosure
01 Nos 21 Nos
12 CAT 6 UTP ( 500 mtr) 01 Bundle 21 Bundle
13 Online UPS:- 5KVA 01 Nos 21 Nos
14 Tyre Killer 6 mtr wide Hydraulic 01 Nos 21 Nos
15 Hydraulic Crash Rated Boom Barrier 01 Nos 21 Nos
16 Speed Breaker for 06 mtr road (Hump Type) x 4 04 Nos 84 Nos
17 5 KVA Oil Cooled Servo Voltage Stabilizer 01 Nos 21 Nos
18 Table, Furniture for Work Station 02 Nos 42 Nos
19 Chairs 02 Nos 42 Nos
20 Installation & Mounting 01 Job 21 Job
10
Date : Signature of Authorised Signatory Company’s Seal
Note :- Any additional items which is necessary for implementation of project may be
added with due Justification.
2. Scope of Work. The Successful bidder is required to supply and integrate the items supplied under this bid at twenty one designated locations in and around Srinagar, and has to provide comprehensive onsite warranty for time period defined in the RFP. The successful bidder, hereinafter called as System Integrator (SI), is required to carry out following major tasks:- (a) The SI is required to specify the quantity, Make and Models during the physical check of stores. (b) The SI will provide technical assistance to the user about installation and configuring of basic system and other relevant system software required to operate the supplied hardware with optimum use and updating with latest service packs/patches. (c) The SI should provide proper documentations of all components and for all the installation, commissioning procedures and configurations parameters within 30 days of the commissioning and integration of equipment at each site. (d) The SI will provide the necessary documents and user manuals giving out the roles and functions of each hardware and software component being installed. (e) The SI has to provide all kind of help to make the project successful. (f) All cabling for the installation both outdoor & indoor shall be of best industry standards. The vendor will show the schematic layout and carryout the work after due consent of the buyer to his fullest satisfaction. The documents shall be part of Acceptance Test Procedure (ATP). 3. Maintenance Support Services (MSS). (a) The SI shall provide complete onsite warranty for the period as defined in the RFP. The SI shall provide comprehensive MSS for supplied Batteries and Equipments. This involves comprehensive maintenance of all component covered under the contract, including repairing, replacement of parts, assemblies, sub-assemblies, spares part, updating, labeling, security alerts and patch uploading etc., to make the system operational. This will include preventive maintenance and corrective maintenance. (b) Preventive Maintenance Services. Following preventive maintenance services are required to be taken up by the service provider on regular basis at least once in each quarter:- (i) To conduct preventive maintenance (including inspection, cleaning of the Batteries & Equipments, testing, satisfactory execution of all diagnostics, necessary repairing of the Batteries & Equipments, etc.), in addition to the normal maintenance within a week time after completion of each quarter.
11
Date : Signature of Authorised Signatory Company’s Seal
(ii) Performance tuning on regular basis and whenever communicated by the buyer. (iii) Trouble shooting of all supplied component (hardware/software) etc. whenever required and / or communicated by the buyer.
(iv) Cleaning and removal of dust and dirt from the interior and exterior of Batteries & Equipments.
(v) Other preventive maintenance activities of components as per their OEM recommendation/ advice. (vi) The preventive maintenance shall be carried out under intimation and prior permission of the buyer. (c) Corrective Maintenance Services. Following corrective maintenance services are required to be taken up by the service provider on regular basis:- (aa) Re-installation / reconfiguration of batteries & equipments. (ab) The Buyer may lodge complaints by any available modes i.e. phone, e-mail, post. SI shall provide a complaint number for each complaint and shall resolve the problem within the stipulated period as mentioned in Supply Order.
(d) Deliverables.
(i) In view of the project, the SI is expected to carry out all ground work for supply, integration including documentation, coordination with stakeholders of the project. These reports or deliverables are to be submitted timely by the SI to the buyer to ensure the timely and smooth execution of project. Certain key deliverables are identified for each of the parts/stages, which are mentioned hereunder. However, SI has to prepare and submit any required information in form of reports / excel sheet / document desired by buyer related to project other than defined hereunder:-
(aa) Item Delivery Report.
(ab) Capabilities and functions of each item.
(ac) Detail report for preventive maintenance (quarterly).
(ad) Detail report of Statistics as required (quarterly).
(The SI shall workout the formats for above reports and get these approved by Purchaser and shall also provide all other relevant design & documents in soft copy as may be required to carry out the work as detailed in the scope of work). 4. Technical Details:- List of items/ services required and its Technical Specification are attached as part of Technical Bid. (a) Technical Evaluation:-
12
Date : Signature of Authorised Signatory Company’s Seal
(i) Demonstration for the compliance of technical parameters mentioned in Appendix ‘B’ must be provided by the bidder during TEC at BB Cantt, Srinagar (J&K), date & time fixed by the buyer, tentatively 28 Aug 2018. (For UV Scanner at pre Installed sites to be co-ord by the Bidder meeting complied QRs) The Proof of Concept will be clearly demonstrated with all QRs complied and all queries answered, at no cost no commitment to buy basis. Any eqpt damaged or becomes unserviceable for what so ever reason during this process will be the responsibility of the Bidder and this organization is not liable for any claim of compensation or loss in what so ever manner.
(ii) Part-I of the quotations will be evaluated by Tech Evaluation Committee for technical evaluation and evaluation of documents as required vide Part IV (special conditions) of this document. (iii) The item will be tested and trial evaluated after delivery before final acceptance. (iv) Specifications of all items are to be attached. (v) Only those offers shall be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the tender, both technically and commercially.
(vi) The commercial bids of only those vendors will be opened whose technical bids are found to be complete in all respects by the TEC and whose item/ merchandise offered conform to the specifications as laid out by the purchaser in the QR and any such document. The said commercial bids will be evaluated at Headquarters, 31 Sub Area by the Procurement committee and will recommend the vendor whose offer is commercially acceptable, henceforth referred to as the L1 vendor. The decision of the purchaser will be final in this respect.
(vii) The L1 tender shall be considered further for placement of Contract/Supply Order after complete clarifications and price negotiations, if considered necessary, by the competent authority.
(b) Requirement of Installation/Commissioning. Within 90 days from the effective date of issue of Supply Order at local delivery of consignee site.
(c) Requirement of Technical Documentation. The vendor will provide all technical documents which will be required for this project and will also provide manuals to maintain the system. The following will be provided free of cost:- (i) User Manual
(ii) Technical Manual
(iii) Any other literature pertaining to the project.
13
Date : Signature of Authorised Signatory Company’s Seal
(d) Nature of Assistance Required after Completion of Warranty. The vendor will provide the required documents for AMC prior to the expiry of warranty and subsequently for renewal of AMC every year. (e) Requirement of equipment inspection.
(i) Inspection. Physical inspection of stores will be first carried out at BB Cantt, Srinagar by a Board of Officers (BOO) detailed by the user to ensure that all the items have been delivered as per bill of material. Items found defective/ damaged/ not conforming to technical QR will be replaced immediately by the supplier with stores of correct specifications within 15 days of inspection at his own cost and risk. In case of any dispute, decision of the purchaser will be final and binding.
(ii) Procedure for Acceptance Testing. The supplier should follow the procedure for acceptance testing for items being procured under this project for the approval of the purchaser within 90 days of issue of the Supply Order. Acceptance Testing will be carried out after completion of installation and commissioning of the project.
(iii) Technical Specifications Testing at Site. The stores will finally be subjected to acceptance testing at respective locations by a BOO in accordance with the procedure agreed to by the purchaser in order to ensure that the project has been executed as per the laid down QRs. The supplier will be associated with the acceptance testing and will satisfy the user that all the stores supplied meet the laid down QRs. The test equipment required for acceptance testing will be provided by the supplier and the tests will be at the risk and cost of the supplier. The vendor will intimate in advance to the user, if any testing is required to be carried out at factory premises and will provide the necessary test equipment for this purpose. User reserves the right to associate his representative with such testing at vendor’s factory premises or ask vendor to furnish a certificate giving the details of such testscarried out.
(iv) In case stores on testing are not found to be conforming to the laid down specifications, the defective items will be removed and replaced by the items of the correct specifications by the supplier at his own expense within a period of 30 days of inspection. In case of any dispute, decision of the purchaser will be final and binding. The BOOs will then issue a correctness certificate. (v) After installation of all the equipment, these will be checked for satisfactory and fault free performance for a continuous period of minimum 30 days (trial period) after which a single acceptance certificate for installation of items procured. For testing purpose, equipment will be provided by the purchaser. (f) List of documents to be submitted by the vendor is enclosed at Appendix ‘K’.
(g) Electronic Clearing Service (ECS) Form as per format given at Appendix ‘L’.
(h) Confidentiality Certificate as per format given at Appendix ‘M’.
14
Date : Signature of Authorised Signatory Company’s Seal
5. Compliance to Technical QRs. Bidders are required to furnish clause by clause compliance of specifications at Appendix ‘B’ bringing out clearly the deviations from specification, if any and offered specifications if deviation exists. The Bidders are required to fill each and every clause column compulsorily, distinctly, clearly and legibly, and sign against each parameter without any scope for ambiguity. Leaving any parameter unfilled or unsigned will render the technical bid invalid. 6. Delivery Period. (a) Delivery of stores. Delivery period for supply of items would be 60 days from the effective date of contract. Please note that Contract can be cancelled unilaterally by the Buyer in case items are not received within the contracted delivery period. Extension of contracted delivery period will be at the sole discretion of the Buyer, with applicability of LD clause. The delivery location would be as per the consignee details given at Para 8. (b) Please note that Contract can be cancelled unilaterally by the Buyer in case items are not received within the contracted delivery period. Extension of contracted delivery period will be at the sole discretion of the Buyer, with/ without applicability of LD clause. The contract shall come into effect from the date of acknowledgement of receipt of Supply Order or in case acknowledgment from supplier is not received within seven days from dt of supply order then the date of supply order will be assumed to be effective date of contract.
7. INCOTERMS for Delivery and Transportation. Not Applicable in this case.
8. Consignees Details / Site:
(a) Consignee: Commanding Officer,
124 Infantry Battalion (TA) SIKH,
PIN – 934324, Care of 56 Army Post Office.
(b) Place of delivery – Local delivery at consignee site. (c) Installation and Commissioning in and around Srinagar as per Appendix ‘N’.
(Signature of the Tenderer)
Name
Capacity in which signed
15
Date : Signature of Authorised Signatory Company’s Seal
PART III – STANDARD CONDITIONS OF RFP
The Bidder is required to give confirmation of their acceptance of the Standard Conditions of
the Request for Proposal mentioned below which will automatically be considered as part of the
Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer.
Failure to do so may result in rejection of the Bid submitted by the Bidder.
1. Law. The Contract shall be considered and made in accordance with the laws of the
Republic of India. The contract shall be governed by and interpreted in accordance with the laws of
the Republic of India.
2. Effective Date of the Contract. The contract shall come into effect on the date of
signatures of both the parties on the contract (Effective Date) and shall remain valid until the
completion of the obligations of the parties under the contract. The deliveries and supplies and
performance of the services shall commence from the effective date of the contract.
3. Arbitration. All disputes or differences arising out of or in connection with the Contract
shall be settled by bilateral discussions. Any dispute, disagreement or question arising out of or
relating to the Contract or relating to construction or performance, which cannot be settled
amicably, may be resolved through arbitration. The standard clause of arbitration is as per Forms
DPM-7, DPM-8 and DPM-9 (Available in MoD website and can be provided on request).
4. Penalty for use of Undue influence. The Seller undertakes that he has not given, offered
or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees,
brokerage or inducement to any person in service of the Buyer or otherwise in procuring the
Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining
or execution of the present Contract or any other Contract with the Government of India for
showing or forbearing to show favour or disfavour to any person in relation to the present Contract
or any other Contract with the Government of India. Any breach of the aforesaid undertaking by the
Seller or any one employed by him or acting on his behalf (whether with or without the knowledge
of the Seller) or the commission of any offers by the Seller or anyone employed by him or acting on
his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption
Act, 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel
the contract and all or any other contracts with the Seller and recover from the Seller the amount of
any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a
breach of the undertaking had been committed shall be final and binding on the Seller. Giving or
offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Seller
towards any officer/employee of the Buyer or to any other person in a position to influence any
officer/employee of the Buyer for showing any favour in relation to this or any other contract, shall
render the Seller to such liability/ penalty as the Buyer may deem proper, including but not limited
to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and
refund of the amounts paid by the Buyer.
5. Agents / Agency Commission. The Seller confirms and declares to the Buyer that the
Seller is the original manufacturer of the stores/provider of the services referred to in this Contract
and has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede,
facilitate or in any way to recommend to the Government of India or any of its functionaries,
16
Date : Signature of Authorised Signatory Company’s Seal
whether officially or unofficially, to the award of the contract to the Seller; nor has any amount been
paid, promised or intended to be paid to any such individual or firm in respect of any such
intercession, facilitation or recommendation. The Seller agrees that if it is established at any time to
the satisfaction of the Buyer that the present declaration is in any way incorrect or if at a later stage
it is discovered by the Buyer that the Seller has engaged any such individual/firm, and paid or
intended to pay any amount, gift, reward, fees, commission or consideration to such person, party,
firm or institution, whether before or after the signing of this contract, the Seller will be liable to
refund that amount to the Buyer. The Seller will also be debarred from entering into any supply
Contract with the Government of India for a minimum period of five years. The Buyer will also have
a right to consider cancellation of the Contract either wholly or in part, without any entitlement or
compensation to the Seller who shall in such an event be liable to refund all payments made by the
Buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate.
The Buyer will also have the right to recover any such amount from any contracts concluded earlier
with the Government of India.
6. Access to Books of Accounts. In case it is found to the satisfaction of the Buyer that the
Seller has engaged an Agent or paid commission or influenced any person to obtain the contract as
described in clauses relating to Agents/Agency Commission and penalty for use of undue
influence, the Seller, on a specific request of the Buyer, shall provide necessary information/
inspection of the relevant financial documents/information.
7. Non-disclosure of Contract documents. Except with the written consent of the Buyer/
Seller, other party shall not disclose the contract or any provision, specification, plan, design,
pattern, sample or information thereof to any third party.
8. Liquidated Damages. In the event of the Seller's failure to submit the Bonds, Guarantees and Documents, supply the Items and conduct trials, installation of equipment, training, etc as specified in this contract, the Buyer may, at his discretion, withhold any payment until the completion of the contract. The BUYER may also deduct from the SELLER as agreed, liquidated damages to the sum of 0.5% contract price of the delayed/undelivered stores/ services mentioned above for every week of delay or part of a week, subject to the maximum value of the Liquidated Damages being not higher than 10% of the value of contract stores. 9. Consequential Damages. Additional consequential damages (in accordance with Para 7.10.5 of DPM 2009) 10% of total cost of the project will be imposed over and above LD in case there is delay in availability of service beyond the due date, whereas consequence services are not available either due to delay in deliver of stores or due to delay in installation thus causing delay in carrying out “Acceptance Test Procedure (ATP)”. 10.
11. Method of payment of LD and Consequential Damages. The amount charged as liquidated damages shall be deducted by the Customer from the amount due for payment to the Vendor, failing which the Bank Guarantee will be encashed to make good the amount exceeding the payments due to the vendor.
12. Termination of Contract. The Buyer shall have the right to terminate this Contract in part or
in full in any of the following cases :-
17
Date : Signature of Authorised Signatory Company’s Seal
(a) The delivery of the material is delayed for causes not attributable to Force Majeure for
more than 30 days after the scheduled date of delivery.
(b) The Seller is declared bankrupt or becomes insolvent.
(c) The delivery of material is delayed due to causes of Force Majeure by more than
60 days provided Force Majeure clause is included in contract.
.
(d) The Buyer has noticed that the Seller has utilised the services of any Indian/Foreign
agent in getting this contract and paid any commission to such individual/company etc.
(e) As per decision of the Arbitration Tribunal.
12. Notices. Any notice required or permitted by the contract shall be written in the English
language and may be delivered personally or may be sent by FAX or registered prepaid
mail/airmail, addressed to the last known address of the party to whom it is sent.
13. Transfer and Sub-letting. The Seller has no right to give, bargain, sell, assign or sublet or
otherwise dispose of the Contract or any part thereof, as well as to give or to let a third party take
benefit or advantage of the present Contract or any part thereof.
11. Patents and other Industrial Property Rights. The prices stated in the present Contract
shall be deemed to include all amounts payable for the use of patents, copyrights, registered
charges, trademarks and payments for any other industrial property rights. The Seller shall
indemnify the Buyer against all claims from a third party at any time on account of the infringement
of any or all the rights mentioned in the previous paragraphs, whether such claims arise in respect
of manufacture or use. The Seller shall be responsible for the completion of the supplies including
spares, tools, technical literature and training aggregates irrespective of the fact of infringement of
the supplies, irrespective of the fact of infringement of any or all the rights mentioned above.
12. Taxes and Duties
(a) In respect of Foreign Bidders. All taxes, duties, levies and charges which are to be
paid for the delivery of goods, including advance samples, shall be paid by the parties under
the present contract in their respective countries.
(b) In respect of Indigenous bidders
(i) General
(aa) Bidders must indicate separately the relevant Taxes/ Duties likely to be paid in connection with delivery of completed goods specified in RFP. In absence of this the total cost quoted by them in their bids will be taken into account in the ranking of bids. It will be presumed that the prices include all such charges and no claim for the same will be entertained.
18
Date : Signature of Authorised Signatory Company’s Seal
(ab) If a Bidder is exempted from payment of any duty/tax upto any value of
supplies from them, he should clearly state that no such duty/tax will be
charged by him up to the limit of exemption which he may have. If any
concession is available in regard to rate/quantum of any Duty/tax, it should be
brought out clearly. Stipulations like, the said duty/tax was presently not
applicable but the same will be charged if it becomes leviable later on, will not
be accepted unless in such cases it is clearly stated by a Bidder that such
duty/tax will not be charged by him even if the same becomes applicable later
on. In respect of the Bidders, who fail to comply with this requirement, their
quoted prices shall be loaded with the quantum of such duty/tax which is
normally applicable on the item in question for the purpose of comparing their
prices with other Bidders.
(ac) Any change in levies, taxes and duties levied by Central / Local Government such as excise duty, VAT, Service Tax, Octroi / Entry etc on final product upward as a result of any statutory variation taking place within contract period shall be allowed re-imbursement by the Buyer to the extent of actual quantum of such duty/ tax paid by the Seller. Similarly in case of downward revision in any such duty / tax shall be reimbursed to the Buyer by the Seller. All such adjustment shall include all reliefs, exemptions, rebates, concession etc. if any obtained by the Seller, Section-A of Sales of Goods Act will be relevant in this situation. (ad) Levies, taxes and duties levied by Central/ State/ Local Government GST, Octroi / Entry tax etc on the final product will be paid by the Buyer on actual based on relevant documentary evidence. Taxes and duties on input items will not be paid by Buyer and they may not be indicated separately in the bids. Bidders are required to include the same in the pricing of their product
(ae) If reimbursement of any Duty/Tax is intended as extra over the quoted
prices, the Bidder must specifically say so. In the absence of any such
stipulation it will be presumed that the prices quoted are firm and final and no
claim on account of such duty/tax will be entrained after the opening of
tenders.
(af) If a Bidder chooses to quote a price inclusive of any duty/tax and does
not confirm inclusive of such duty/tax so included is firm and final, he should
clearly indicate the rate of such duty/tax and quantum of such duty/tax included
in the price. Failure to do so may result in ignoring of such offers summarily.
(ag) If it is desired by the Bidder to ask for GST to be paid as extra, the same
must be specifically stated. In the absence of any such stipulation in the bid, it
will be presumed that the prices quoted by the Bidder are inclusive of GST and
no liability of GST will be developed upon the Buyer.
(ah) On the Bids quoting GST extra, the rate and the nature of GST
applicable at the time of supply should be shown separately. GST will be paid
19
Date : Signature of Authorised Signatory Company’s Seal
to the Seller at the rate at which it is liable to be assessed or has actually been
assessed provided the transaction of sale is legally liable to GST and the
same is payable as per the terms of the contract.
(ii) Customs Duty. Customs Duty Exemption Certificate will not be issued by
this organisation.
(iii) Octroi Duty & Local Taxes:- (aa) Normally, materials to be supplied to Government Departments against Government Contracts are exempted from levy of town duty, Octroi Duty, Terminal Tax and other levies of local bodies. The local town Municipal Body regulations at times, however, provide for such Exemption only on production of such exemption certificate from any recognized officer. Seller should ensure that stores ordered against contracts placed by this office are exempted from levy of Town Duty/ Octroi Duty, Terminal Tax or other local taxes and duties. Wherever required, they should obtain the exemption certificate from the Buyer, to avoid payment of such local taxes or duties. (ab). In case where the Municipality or other local body insists upon payment of these duties or taxes the same should be paid by the Seller to avoid delay in supplies and possible demurrage charges. The receipt obtained for such payment should be forwarded to the Buyer without delay together with a copy of the relevant act or bylaws/ notifications of the Municipality of the local body concerned to enable him to take up the question of refund with the concerned bodies if admissible under the said acts or rules.
13. Pre- Integrity pact clause:- Not applicable in this case.
(Signature of the tenderer)
Name
Capacity in which signed
20
Date : Signature of Authorised Signatory Company’s Seal
PART IV– SPECIAL CONDITIONS OF RFP
The Bidder is required to give confirmation of their acceptance of Special Conditions of the
RFP mentioned below which will automatically be considered as part of the Contract
concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer.
Failure to do so may result in rejection of Bid submitted by the Bidder.
1. Performance Guarantee Indigenous cases. The Bidder will be required to furnish a
Performance Guarantee by way of Bank Guarantee through a public sector bank or a private sector
bank authorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank
Ltd.) for a sum equal to 10% of the contract value within 30 days of receipt of the confirmed
order. Performance Bank Guarantee should be valid up to 60 days beyond the date of
Warranty. The specimen of PBG is given in Form DPM-15 (Available in MoD website and can be
provided on request). In case of failure/breach of contract PBG will be forfeited in order to
compensate loss by the buyer.
2. Option Clause. As applicable.
3. Repeat Order Clause. Not applicable in this case.
4. Tolerance Clause. To take care of any change in the requirement during the period starting from issue of RFP till placement of the contract, Buyer reserves the right to 50% plus/ minus increase or decrease the quantity of the required goods upto that limit without any change in the terms & conditions and prices quoted by the Seller. While awarding the contract, the quantity ordered can be increased or decreased by the Buyer within this tolerance limit.
5. Payment Terms for Indigenous Sellers. No payment will be made in advance. It will be
mandatory for the Bidders to indicate their bank account numbers and other relevant e-payment
details so that payments could be made through ECS/EFT mechanism instead of payment through
cheques, wherever feasible. A copy of the model mandate form prescribed by RBI to be
submitted by Bidders for receiving payments through ECS is at Form DPM-11 (Available in MoD
website and can be given on request). The payment will be made as per the following terms, on
production of the requisite documents: -
(a) 50% cost of the project shall be paid to the vendor after complying with following conditions : -
(i) Delivery of Complete stores.
(ii) Inspection and acceptance of stores by a Board of Officers.
(iii) Preparation of Certified Receipt Voucher (CRV).
(iv) Submission of performance cum-warranty bank guarantee @ 10% value of project valid for period of 38 Months i.e. warranty plus 2 months.
(b) 40% cost of the project payment shall be released to the vendor after complying with following conditions :-
21
Date : Signature of Authorised Signatory Company’s Seal
(i) Installation of complete stores and commissioning of the project.
(ii) Preparation of satisfactory installation and acceptance report (ATP ) by the Board of Officers to be jointly signed by vendor representative of user and the vendor.
(c) Bal 10% of payment after satisfactory performance of the project for a period of ONE
Month post successful installation and commissioning of the Project.
6. Payment Terms for Foreign Sellers. (Intentionally Blank)
7. Advance Payments. No advance payment(s) will be made.
8. Paying Authority Indigenous Sellers. (PCDA, Northern Command)
(a) The payment of bills will be made on submission of the following documents by the
Seller to the Paying Authority along with the bill : -
(i) Ink-signed copy of contingent bill / Seller’s bill.
(ii) Ink-signed copy of Commercial invoice / Seller’s bill.
(iii) Copy of Supply Order/Contract with UO No and Date and IFA Concurrence
No.
(iv) CRVs in duplicate.
(v) Inspection note.
(vi) Claim for statutory and other levies to be supported with requisite documents /
proof of payment such as Excise duty challan, Customs duty clearance certificate,
Octroi receipt, proof of payment for EPF/ESIC contribution with nominal roll of
beneficiaries, etc as applicable.
(vii) Exemption certificate for Excise duty / Customs duty, if applicable.
(viii) Guarantee / Warranty certificate.
(ix) Performance Bank guarantee / Indemnity bond where applicable.
(x) DP extension letter with CFA‟s sanction, U.O. number and date of IFA‟s
concurrence, where required under delegation of powers, indicating whether
extension is with or without LD.
22
Date : Signature of Authorised Signatory Company’s Seal
(xi) Details for electronic payment viz Account holders name, Bank name, Branch
name and address, Account type, Account number, IFSC code, MICR code (if these
details are not incorporated in supply order/contract).
(xii) Any other document / certificate that may be provided for in the Supply Order /
Contract.
(xiii) User Acceptance.
(xiv) Photocopy of PBG. (Note – From the above list, the documents that may be
required depending upon the peculiarities of the procurement being undertaken, may
be included in RFP).
9. Fall Clause. The following Fall Clause will form part of the contract placed on successful Bidder:- (a) The price charged for the stores supplied under the contract by the Contractor shall in no event exceed the lowest prices at which the contractor sells the stores or offers to sell stores of identical description to any persons/Organizations including the purchaser or any department of the Central government or any Department of the State government or any statutory undertaking of the Central or State government, as the case may be, during the period or till the performance of all Supply Orders placed during the currency of the rate contract is completed.”
(b) If at any time, during the said period the Seller reduces the sale price, sells or offer to sell such stores to any person/recognized including the Buyer or any Department of central Govt. or any Department of the State Government or any Statutory undertaking of the Central or state Government as the case may be at a price lower than the price chargeable under the contract, he shall forthwith notify such reduction or sale or offer of sale to the purchase contracting authority and the price payable under the contract for the stores of such reduction of sale or offer of the sale shall stand correspondingly reduced. The above stipulation will, however, not apply to:-
(i) Exports by the Seller.
(ii) Sale of goods as original equipment at price lower than the prices charged for
normal replacement. (iii) Sale of goods such which have expiry dates. (iv) Sale of goods at lower price on or after the date of completion of sale/placement of the order of goods by the authority concerned under the existing or previous Rate Contracts as also under any previous contracts entered into with the Central or State Govt. Depts, including their undertakings excluding joint sector companies and/or private parties and bodies. (c) The Seller shall furnish the following certificate to the Paying Authority along with each bill for payment for supplies made against the Rate contract – “We certify that there has been no reduction in sale price of the stores of description identical to the
23
Date : Signature of Authorised Signatory Company’s Seal
stores supplied to the Government under the contract herein and such stores have not been offered/sold by me/us to any person / recognized including the purchaser or any department of Central Government or any Department of a state Government or any Statutory Undertaking of the Central or state Government as the case may be upto the date of bill/the date of completion of supplies against all supply orders placed during the currency of the Rate Contract at price lower than the price charged to the government under the contract except for quantity of stores categories under sub-clauses (i),(ii),(iii) and (iv) of sub-para (b) above details of which are given below - ........”.
10. Exchange Rate Variation Clause. Not applicable.
11. Risk & Expense Clause.
(a) Should the stores or any instalment thereof not be delivered within the time or times
specified in the contract documents, or if defective delivery is made in respect of the stores
or any instalment thereof, the Buyer shall after granting the Seller 45 days to cure the
breach, be at liberty, without prejudice to the right to recover liquidated damages as a
remedy for breach of contract, to declare the contract as cancelled either wholly or to the
extent of such default.
(b) Should the stores or any instalment thereof not perform in accordance with the
specifications / parameters provided by the SELLER during the check proof tests to be done
in the BUYER‟s country, the BUYER shall be at liberty, without prejudice to any other
remedies for breach of contract, to cancel the contract wholly or to the extent of such default.
(c) In case of a material breach that was not remedied within 45 days, the BUYER shall,
having given the right of first refusal to the SELLER be at liberty to purchase, manufacture,
or procure from any other source as he thinks fit, other stores of the same or similar
description to make good:-
(i) Such default.
(ii) In the event of the contract being wholly determined the balance of the stores
remaining to be delivered there under.
(d) Any excess of the purchase price, cost of manufacturer, or value of any stores
procured from any other supplier as the case may be, over the contract price appropriate to
such default or balance shall be recoverable from the SELLER. Such recoveries shall not
exceed 100% of the value of the contract.”
12. Force Majeure Clause.
(a) Neither party shall bear responsibility for the complete or partial non performance of
any of its obligations (except for failure to pay any sum which has become due on account of
receipt of goods under the provisions of the present contract), if the non-performance results
from such Force Majeure circumstances as Flood, Fire, Earth Quake and other acts of God
as well as War, Military operation, blockade, Acts or Actions of State Authorities or any other
24
Date : Signature of Authorised Signatory Company’s Seal
circumstances beyond the parties control that have arisen after the conclusion of the present
contract.
(b) In such circumstances the time stipulated for the performance of an obligation under
the present contract is extended correspondingly for the period of time of action of these
circumstances and their consequences.
(c) The party for which it becomes impossible to meet obligations under this contract due
to Force Majeure conditions, is to notify in written form the other party of the beginning
and cessation of the above circumstances immediately, but in any case not later than
10 (Ten) days from the moment of their beginning.
(d) Certificate of a Chamber of Commerce (Commerce and Industry) or other competent
authority or organization of the respective country shall be a sufficient proof of
commencement and cessation of the above circumstances.
(e) If the impossibility of complete or partial performance of an obligation lasts for more
than 3 (Three) months, either party hereto reserves the right to terminate the contract totally
or partially upon giving prior written notice of 30 (thirty) days to the other party of the
intention to terminate without any liability other than reimbursement on the terms provided in
the agreement for the goods received.
13. Buy-Back Offer. Not applicable.
14. Specification. The Seller guarantees to meet the specifications as per Appendix ‘B’ of
Part-II of RFP and to incorporate the modifications to the existing design configuration to meet the
specific requirement of the Buyer Services as per modifications/requirements recommended after
the Maintenance Evaluation Trials. All technical literature and drawings shall be amended as the
modifications by the Seller before supply to the Buyer. The Seller, in consultation with the Buyer,
may carry out technical up gradation/alterations in the design, drawings and specifications due to
change in manufacturing procedures, indigenisation or obsolescence. This will, however, not in any
way, adversely affect the end specifications of the equipment. Changes in technical details,
drawings repair and maintenance techniques along with necessary tools as a result of up
gradation/alterations will be provided to the Buyer free of cost within 90 days of affecting such up
gradation/alterations.
15. OEM Certificate. In case the Bidder is not the OEM, the agreement certificate with the OEM for sourcing the spares shall be mandatory. The format for OEM Certificate is att as Appendix ‘A’. These certificates would form part of the documents required in Technical Bid. However, where OEMs do not exist, minor aggregates and spares can be sourced from authorized vendors subject to quality certification.
16. Acceptance Test Procedure (ATP). The items will be subjected to Acceptance Test Procedure (ATP) to test. It will be ensured that ATP completed within 30 Days from the last date of installation of stores at consignee site. The project implementation will be deemed to be
25
Date : Signature of Authorised Signatory Company’s Seal
accepted by the user on production of ATP proceedings with Acceptance and Installation certificates. 17. ISO Certificate. The product should be of ISO 9000 series certified OEMs.
Please attach ISO certificate of OEMs in respect of each of these products along with your
technical bid.
18. Earliest Acceptable Year & Month of Manufacture. Not earlier than Six Months on date
of Physical Inspection of items.
19. Certificate of Completeness of Items. A certificate from the supplier stating that the hardware and ancillaries/fittings being asked, as per the Tender Enquiry, is complete in all respects for the execution of the project. No additional hardware and ancillaries/fittings will require to be supplied for the commissioning of the project. Otherwise the supplier will indicate additional items required for this purpose, which the purchaser may have omitted. Format attach as Appendix ‘O’.
20. Transportation. Stores in good condition will be delivered free at consignee premises.
21. Air lift. Not applicable
22. Packing and Marking. Not applicable
23. Quality. The quality of the stores delivered according to the present Contract shall
correspond to the technical conditions and specifications enumerated as per RFP and shall also
include therein modification to the stores suggested by the Buyer. Such modifications will be
mutually agreed to. The Seller confirms that the stores to be supplied under this Contract shall be
new i.e. not manufactured before six months of offering it for inspection, and shall incorporate
all the latest improvements and modifications thereto and spares of improved and modified
equipment are backward integrated and interchangeable with same equipment supplied by the
Seller in the past if any. The Seller shall supply an inter-changeability certificate along with the
changed part numbers wherein it should be mentioned that item would provide as much life as the
original item.
24. Quality Assurance:- Seller would provide the Standard Acceptance Test Procedure (ATP)
within 30 Days of this date of contract. Buyer reserves the right to modify the ATP. Seller would be
required to provide all test facilities at his premises for acceptance and inspection by Buyer. The
details in this regard will be coordinated during the negotiation of the contract. The item should be
of the latest manufacture, conforming to the current production standard and having 100% defined
life at the time of delivery.
25. Inspection Authority. The Inspection will be carried out by Acceptance Testing Board (ATB) constituted by the buyer. The mode of Inspection will be Joint Inspection by the ATB and the seller.
26
Date : Signature of Authorised Signatory Company’s Seal
(a) The inspection team will ensure that none of the expendable items have crossed their expiry date and min 09 months of shelf of each expendable items with expiry date is balance at the time of supply. (b) 100% stores will be subject to physical inspection by a Board of Officers detailed by the purchaser to ascertain that they conform to the samples/specifications as laid down in the supply order. Authorized representative of the firms will be present during inspection. In case the stores are not found to be conforming to the laid down samples/specifications, the authorized representative of the firm will be intimated by the checking Board of Officers in situ with a copy of such intimation to Chairman TPC. The defective stores will be removed and replaced by the stores of the correct specifications by the supplier at his own expense within a period of 15 days of inspection. In case of any dispute, decision of the purchaser will be final and binding. (c) The firm would be required to provide the Standard Acceptance Test Procedure (ATP), which the Board of Officers would have the right to modify. (d) The item should be of latest manufacture conforming to the current production standard having 100% defined life at the time of delivery.
(e) Acceptance Testing. After successful delivery of stores it will be observed for satisfactory and fault free performance for a continuous period of minimum 30 days (Trial period from one month) after which a single acceptance certificate for test equipment will be issued by the user. A satisfactory performance certificate will also be issued by the user.
26. Pre-Dispatch Inspection. Not applicable.
27. Joint Receipt Inspection. Not applicable.
28. Franking clause. The following Franking clause will form part of the contract placed on successful Bidder:- (a) Franking Clause in the Case of Acceptance of Goods. “The fact that the goods have been inspected after the delivery period and passed by the Inspecting Office will not have the effect of keeping the contract alive. The goods are being passed without prejudice to the rights of the Buyer under the terms and conditions of the contract”. (b) Franking Clause in the Case of Rejection of Goods. “The fact that the goods have been inspected after the delivery period and rejected by the Inspecting Officer will not bind the Buyer in any manner. The goods are being rejected without prejudice to the rights of the Buyer under the terms and conditions of the contract.” 29. Claims. The following Claims clause will form part of the contract placed on successful
Bidder :-
(a) The claims may be presented either:-
27
Date : Signature of Authorised Signatory Company’s Seal
(i) on quantity of the stores, where the quantity does not correspond to the
quantity shown in the Packing List/Insufficiency in packing, or
(ii) on quality of the stores, where quality does not correspond to the quality
mentioned in the contract.
(b) The quantity claims for deficiency of quantity shall be presented within 45 days of
acceptance of goods. The quantity claim shall be submitted to the Seller as per Form DPM-
22 (Available in MoD website and can be given on request).
(c) Quality claims shall be presented for defects or deficiencies in quality noticed during
warranty period earliest but not later than 45 days after expiry of the guarantee period. The
quality claims shall be submitted to the Seller as per Form DPM-23 (Available in MoD
website and can be given on request).
(d) The description and quantity of the stores are to be furnished to the Seller along with
concrete reasons for making the claims. Copies of all the justifying documents shall be
enclosed to the presented claim. The Seller will settle the claims within 45 days from the
date of the receipt of the claim at the Seller‟s office, subject to acceptance of the claim by
the Seller. In case no response is received during this period the claim will be deemed to
have been accepted.
(e) The Seller shall collect the defective or rejected goods from the location nominated by
the Buyer and deliver the repaired or replaced goods at the same location under Seller‟s
arrangement.
(f) Claims may also be settled by reduction of cost of goods under claim from bonds
submitted by the Seller or payment of claim amount by Seller through demand draft drawn
on an Indian Bank, in favour of Principal Controller/Controller of Defence Accounts
concerned.
(g) The quality claims will be raised solely by the Buyer and without any
certification/countersignature by the Seller‟s representative stationed in India.
30. Warranty. The following Warranty will form part of the contract placed on the successful
Bidder:-
(a) Except as otherwise provided in the invitation tender, the Seller hereby declares that
the goods, stores articles sold/supplied to the Buyer under this contract shall be of the best
quality and workmanship and new in all respects and shall be strictly in accordance with the
specification and particulars contained/mentioned in contract.
(b) You will provide Onsite Warranty for a minimum period of THREE YEARS from
the date of completion of ATP and it will terminate on last day of 36 months of the warranty.
However if the upgrade is free from O.E.M, the same will be passed to the user free of
cost. Warranty greater than Three year, if available from the principals will be passed
in totality to the customer and will be mentioned specifically in the technical bid
28
Date : Signature of Authorised Signatory Company’s Seal
against each item individually. The Customer may invoke the bank guarantee in case
the vendor fails to ensure rectification of defects within one week of the defect being
intimated. Vendor will ensure 95% systems availability and 95% uptime for all the systems
provided, during the warranty period.
(c) Warranty to the effect that before going out of production for the spare parts they will
give adequate advance notice to the Buyer of the equipment so that the latter may
undertake the balance of the lifetime requirements.
(d) The Seller shall associate technical personnel of the Maintenance agency and Quality
Assurance Agency of the Buyer during warranty repair and shall also provide the details of
complete defects, reasons and remedial actions for defects.
(e) Penalty Conditions during Warranty. The systems should fulfil the following
conditions during the warranty and subsequent AMC:-
(i) Any failure in the system or a subsystem thereof should be rectified within a
maximum period of 24 hours of lodging a complaint.
(ii) Catastrophic Failure. This constitutes the complete failure of the entire
system, Scanner, Sensors including Server & Software, Backup Power Supply etc).
Vendor will be charged a penalty of Rs 2000/- per day beyond 24 Hrs of Restoration
Time or part thereof.
(ii) Other Failures. This constitutes any failure of a subsystem viz, Scanner,
Sensors, Cameras, Switches, Video output / Networking devices, Hydraulics boom
berries/ Tyre killers etc., wherein does not affect other equipment in their functioning.
Vendor will be charged a penalty of Rs 500/- per day per subsystem beyond 24
Hrs of Restoration Time or part thereof.
(iii) Any system failing at subsystems level three times within a period of three
months or displaying chronic faulty behaviour a malpractice or manufacturing defects
or quality control problems will be totally replaced by you at your risk and cost within
30 days of being intimated.
(f) Software updates. You will guarantee provision of all software updates,
depending upon the option to be exercised by the user, for a period of one year after expiry
of warranty period on chargeable basis. However, if the upgrade is free from O.E.M, the
same will be passed to the user free of cost.
(g) Uptime. Vendors will guarantee to provide 95% uptime for the system during the
warranty. In case of failure to maintain specified uptime the proportionate loss to the
government will be made good by you as specified. No payment for AMC will be due in
case uptime of entire subsystem is below 95%. Alternatively warranty may be extended by
the duration for which the company has been unable to provide specified uptime. The
discretion to exercise either of these options lies with the “General Officer Commanding,
29
Date : Signature of Authorised Signatory Company’s Seal
31 Sub Area”. Bank Guarantee submitted, as performance guarantee will be extended
accordingly in case of extension of warranty period.
(h) During the warranty period, all warranty benefits received by the seller from the OEMs, for any equipment pertaining to third parties will be passed on in to the Buyer. 31. Annual Maintenance Contract (AMC) Clause. AMC charges will be taken into account for determining the L-1 vendor. Vendor will enter into an AMC support for a period upto 4 years (excluding 3 years warranty). The buyer reserves the right to evaluate the offers received by using Discounted Cash Flow (DCF) method. The L1 bidder will be decided based on the total cost of the project plus AMC charges for seven years. AMC cost will be included to evaluate the overall project cost for deciding the L1 but not for CFA sanction. The terms of AMC are as under:- (a) Performance Bank Guarantee. The entire Annual Maintenance Contract period will be covered by a Performance Bank Guarantee for an amount equal to 10 % of cost of AMC for one year to be given by the vendor at the time of signing of the contract of AMC. This Bank Guarantee will be renewed every year and will be valid for a period of 15 months commencing from the date of commencement of the Annual Maintenance Contract every year.
(b) Commencement of Annual Maintenance Contract. If the purchaser decides to exercise the option to enter into Annual Maintenance Contract upon expiry of the warranty period, the agreement for Annual Maintenance Contract will be drawn assigned with the appropriate authority at least one month prior to the expiry of the free warranty period. In case of failure to do so, Bank Guarantee for warranty submitted by the vendor shall be encashed.
(c) Renewal of Annual Maintenance Contract. The Annual Maintenance Contract will be renewed every year for 12 calendar months from its commencement at the option of the purchaser. If the purchaser decides to exercise the option to renew the Annual Maintenance Contract on expiry of the previous year’s Annual Maintenance Contract, the agreement for the renewed Annual Maintenance Contract will be signed with the appropriate authority four weeks prior to the expiry of the previous year’s Annual Maintenance Contract. In case of failure to do so, the Bank Guarantee for previous year’s Annual Maintenance Contract submitted by the vendor will be en-cashed.
(d) Payment Terms. Payment due from the purchaser under this contract shall be paid in arrears towards the end of the corresponding half yearly period in two equal installments. The invoice along with the pre- receipted bills shall be forwarded by the vendor to the purchaser immediately after expiry of half yearly period. (e) In case of termination of the contract, the bidder will hand over the system in fully functional state. If the vendor fails to hand over the system in fully functional state at the time of termination of the contract, the purchaser shall have the right to get the system repaired by any third party at the expense of the bidder and recover cost from the Bank Guarantee. The vendor shall also be responsible to provide spares during the entire life cycle of the equipment even in case of termination of Annual Maintenance Contract. (f) The Annual Maintenance Contract shall include both preventive and corrective maintenance to be carried out by the vendor as follows:-
30
Date : Signature of Authorised Signatory Company’s Seal
(i) Preventive Maintenance Service. The Seller will provide a minimum of four Preventive Maintenance Service visits during a year to the operating base to carry out functional checkups and minor adjustments/tuning as may be required. The hardware and software part of product will be upgraded to the latest specs and software version at all times, without any additional charges, whatsoever. The seller will ensure that the upgrades, offline updates of all OS and other software applications are available to the buyer for the entire period and that all there updates are compatible to the hardware being procured, without any additional charges, whatsoever. (ii) Breakdown Maintenance Service. In case of any breakdown of the equipment/system, on receiving a call from the Buyer, the Seller is to provide maintenance service to make the equipment/system serviceable. (g) The Buyer reserves its right to terminate the maintenance contract at any time without assigning any reason after giving a notice of one month. The Seller will not be entitled to claim any compensation against such termination. However, while terminating the contract, if any payment is due to the Seller for maintenance services already performed in terms of the contract, the same would be paid to it as per the contract terms. (h) The vendor representative will visit all sites twice in a year for maintenance, in months of January and July each year. During AMC, vendor will also carry out any insertion or removal of cable as and when the same is requested by the user free of cost. This should be provided within seven days time as intimated by the user.
(j) Response time. The response time of the Seller should not exceed 24
hours from the time the breakdown intimation is provided by the Buyer to restore the
equipment for full functioning.
(k) Serviceability of 95% per year is to be ensured for the System at each installation
site. This amounts to total maximum downtime of 18 days per year per System. Also
un-serviceability should not exceed 18 days at one time. Required spares to attain this
serviceability may be stored at site by the Seller at his own cost. Total down time would be
calculated at the end of the year. If downtime exceeds permitted downtime, LD would be
applicable for the delayed period.
(l) Maximum repair turnaround time for equipment/system would be 180 days. However,
the spares should be maintained in a serviceable condition to avoid complete breakdown of
the equipment/system.
(m) Penalty. Penalty will be levied for every 24 Hr after completion of initial
24 Hrs of Response Time given to the Vendor. Penalty will be levied only when the
vendor fails to restore the faulty System / Subsystem to 100% serviceability beyond
the 24 Hrs Restoration Time. The clauses are as under:-
31
Date : Signature of Authorised Signatory Company’s Seal
(i) Catastrophic Failure. This constitutes the complete failure of the entire
system (Server & Software, Backup Power Supply etc). Vendor will be charged a
penalty of Rs 2000/- per day beyond 24 Hrs of Restoration Time or part thereof.
(ii) Other Failures. This constitutes any failure of a subsystem viz, Switches,
Palm Vein Readers, Sensors, etc., wherein does not affect other equipment in their
functioning. Vendor will be charged a penalty of Rs 500/- per day per subsystem
beyond 24 Hrs of Restoration Time or part thereof.
(n) Technical Documentation: All necessary changes in the documentation (Technical
and Operators manual) for changes carried out on hardware and software of the equipment
will be provided.
32. Product Support. The following Product Support clause will form part of the contract placed on successful Bidder:- (a) The Seller agrees to provide Product Support for the stores, assemblies / sub assemblies, fitment items, etc for a maximum period of Ten years including Three years of warranty period after the delivery of the specified equipment in the RFP. (b) The Seller agrees to undertake Maintenance Contract for a maximum period of Seven Years, expendable till the complete Engineering Support Package is provided by the
Seller. (c) In the event of any obsolescence during the above mentioned period of product support in respect of any component or sub-system, mutual consultation between the Seller and Buyer will be undertaken to arrive at an acceptable solution including additional cost, if any. (d) Any improvement/modification/ up gradation being undertaken by the Seller or their sub suppliers on the stores/equipment being purchased under the Contract will be communicated by the Seller to the Buyer and, if required by the Buyer, these will be carried out by the Seller at Buyer's cost. (e) The Seller agrees to provide an Engineering Support Package as modified after confirmatory Maintenance Evaluation Trials (METs). The SELLER agrees to undertake the repair and maintenance of the equipment, SMTs/STEs test set up, assemblies/sub assemblies and stores supplied under this contract for a period of 04 years as maintenance contract as specified or provision of complete Engineering Support Package to the Buyer whichever is later, as per terms and conditions mutually agreed between the Seller and the Buyer. (f) Maintenance Philosophy. Maintenance philosophy for stores under procurement, both during warranty and AMC period, is given at Appendix ‘P’ attached. It shall form part of Contract Agreement with the supplier for purchase of stores and their maintenance during warranty period and of maintenance contract agreement during post warranty period.
32
Date : Signature of Authorised Signatory Company’s Seal
33. Operational Support. Bidder should provide serviceability of eqpt / stores proposed to procure even during active operation, war and war like situation.
34. The successful bidder will give out the details of support team to be located either at
Jammu or Srinagar as per his convenience who can attend to the product issues/ servicing etc
within 12 hours of intimation either by email/ tele call etc and resolve the issue within 24 hours
during the period of warranty, maintenance and AMC. If the vendor changes the team member due
to the company policy, the same will be intimated one month in advance. The undertaking for the
same will be given by the vendor before commencement of ATP. Any violation of grave nature
attracted due to unsatisfactory performance of the system or non-functional attendance to the issue
by the service team will be raised and the escalation matrix will be provided by the vendor. Even
after three repeated complaints if the matter is not resolve, the buyer reserves sole right to black list
the bidder and any loss of repute, financial of any nature is not responsible of this buyer and the
decision of GOC, HQ 31 Sub Area shall be binding on both parties.
(Signature of the tenderer)
Name
Capacity in which signed
33
Date : Signature of Authorised Signatory Company’s Seal
PART V - EVALUATION CRITERIA & PRICE BID ISSUES
1. Evaluation Criteria. The broad guidelines for evaluation of Bids will be as follows :-
(a) Only those Bids will be evaluated which are found to be fulfilling all the eligibility
and qualifying requirements of the RFP, both technically and commercially.
(b) In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be
evaluated by the Buyer with reference to the technical characteristics of the equipment as
mentioned in the RFP. The compliance of Technical Bids would be determined on the
basis of the parameters specified in the RFP.
(c) The non submission of physical documents as specified in Para 4 of Part I will
render rejection of the tech bid.
(d) The Price Bids of only those Bidders will be opened whose Technical Bids would
clear the technical evaluation.
(e) Being an integrated project including supply, fixing and commissioning of work the
Lowest Bid will be decided upon the overall lowest price for all items in the BOQ. The
consideration of taxes and duties in evaluation process will be as follows:-
(i) In cases where only Indian Bidders are competing, L-1 bidder will
be determined by including GST on final product on final product, as
quoted by bidders and the cost of 4 years of AMC excluding GST on AMC
Cost post completion of 3 Years of Warranty.
(ii) In cases where both foreign and indigenous Bidders are competing. (NA)
(f) 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 will prevail and the total price will
be corrected. If there is a discrepancy between words and figures, the amount in words
will prevail for calculation of price.
(j) The Lowest Acceptable Bid will be considered further for placement of contract /
Supply Order after complete clarification and price negotiations as decided by the Buyer.
(k) Any other criteria as applicable to suit a particular case.
2. Price Bid Format. The under mentioned Commercial bid format is provided as BOQ.xls
along with this tender document at https://eprocure.gov.in/eprocure/app. Bidders are advised
to download this BOQ.xls as it is and quote their offer in the permitted column.
Note
(a) Please confirm that the store offered by you is exactly as required under tender
enquiry description specification/drawing.
(b) In case there is any deviation the same shall be specifically stated.
34
Date : Signature of Authorised Signatory Company’s Seal
BG FORM FOR EARNEST MONEY DEPOSIT
Whereas ……………………………………(hereinafter called the “Bidder”) has submitted their
offer dated………………………………….for the supply of ……………………
…………………(hereinafter called the “Bid”) against the Buyer‟s Request for proposal No.
…………………………………
KNOW ALL MEN by these presents that WE ……………………………of
………………………………….. having our registered office at ……………………
……………………………… are bound unto ………………. (hereinafter called the “Buyer) in the
sum of ……………………………………………………………………………for which payment
will and truly to be made to the said Buyer, the Bank binds itself, its successors and assigns by
these presents. Sealed with the Common Seal of the said Bank this…………… day of
…………….20……
The conditions of obligations are : -
1. If the Bidder withdraws or amends, impairs or derogates from the Bid in any respect
within the period of validity of this tender.
2. If the Bidder having been notified of the acceptance of his tender by the Buyer during the
period of its validity.
(a) If the Bidder fails to furnish the Performance Security for the due performance of
the contract.
(b) Fails or refuses to accept/execute the contract. We undertake to pay the
Buyer up to the above amount upon receipt of its first written demand, without the Buyer
having to substantiate its demand, provided that in its demand the Buyer will note that the
amount claimed by it is due to it owing to the occurrence of one or both the two
conditions, specifying the occurred condition or conditions.
This guarantee will remain in force upto and including 45 days after the period of tender validity
and any demand in respect thereof should reach the Bank not later than the above date.
…………………………….
(Signature of the authorized officer of the Bank)
Name and designation of the officer
Seal, name & address of the Bank and address of the Branch
35
Date : Signature of Authorised Signatory Company’s Seal
Appendix A (Ref Part-I, Para 2 (c) (i) of RFP)
OEM CERTIFICATE We M/s ______________________(OEM) hereby authorize M/s
__________________________ (Vendor) to bid in project “ PROCUREMENT OF UNDER
VEHICLE SCANNER (UVS) FOR HQ 15 CORPS ZONE OUT OF SECURITY RELATED
EQUIPMENTS (SRE) GRANTS FOR THE FINANCIAL YEAR 2018-19”.
We certify that an agreement between M/s_________________(OEM) and
M/s_______________Vendor) is in place (Copy Enclosed).
We M/s ______________(OEM) state that we will provide maintenance and repair cover for
the Project “PROCUREMENT OF UNDER VEHICLE SCANNER (UVS) FOR HQ 15 CORPS
ZONE OUT OF SECURITY RELATED EQUIPMENTS (SRE) GRANTS FOR THE FINANCIAL
YEAR 2018-19 ” for a duration of three years (warranty period) and Four year for Annual
Maintenance Contract (AMC).
36
Date : Signature of Authorised Signatory Company’s Seal
37
Date : Signature of Authorised Signatory Company’s Seal
TECHNICAL SPECIFICATIONS FOR UNDER VEHICLE SURVEILLANCE SYSTEM (AREA SCAN TECHNOLOGY) WITH AUTOMATIC LICENSE PLATE RECOGNITION, DRIVER CAPTURING CAMERA, TYRE KILLER 6 MTR WIDE
HYDRAULIC & CRASH RATED BOOM BARRIER
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
Technical Specification for Under Vehicle Scanner
Under Vehicle Surveillance System (Area Scan Technology) with Automatic License Plate Recognition, Driver Image Capturing Camera, Tyre Killer 6 Mtr wide Hydraulic & Crash Rated Boom Barrier
1. Scanner
Assembly Along
with Inductive
Loop Sensor
(a) The UVSS inspection platform shall be of flush mount type (underground type). It should be a complete concealed unit with IP-68 protection. (b) The offered system shall be based on Area Scan composing Technology for complete imaging of under ride, even if vehicle halts completely on top of the UVSS. Line scan technology is not acceptable. (c) All the cameras used in the scanner system must be of GigE type for faster data capturing and transmission. Analog camera system is not acceptable. (d) The UVSS shall not be limited to the length or height of the vehicle being inspected. It should be able to capture the image of the undercarriage of the vehicle of width more than 3.5 meters and length atleast equal to 25 meters without generating any blind spot.
38
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
(e) UVSS system should use Single/ Multiple GigE area scan cameras/ cameras along the vehicle latitude areas for covering the entire underbody of the vehicle. Cameras will be area scan colour camera. The same will be checked during the proof of concept.
(f) System should be able to recognise even smallest object, image resolution should be better than 1 mm per pixel. Bidder must describe system parameter and show the needed calculation so as to prove meeting resolution requirement.
(g) Should have the provision for automatic cleaning of the area scan camera enclosure glass.
(h) The scanner unit should have a capability to capture hard to view areas such as around suspension, below the engine, side wall of fuel tanks and exhaust pipe etc. in order to detect hidden objects.
(j) Environmental Conditions : Ambient Temperature: -200 C to + 500 C Humidity: Up to 95% RH
(k) Load Bearing Capacity : The structure & system should be capable of withstanding up to a load of 40 tonnes or more vehicle.
39
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
(l) Vehicle Size: The system shall be suitable for under vehicle scanning of small private cars, pickups, lorries, trucks, bus etc. (to support under vehicle view of 3.5 m width and 25 m length). (m) Vehicle Speed Limit: The UVSS cameras (under vehicle scanner) shall be positioned such that it shall provide real time high resolution colour composite image for viewing of the whole undercarriage including hard to view areas of any vehicle moving at different speed from o to 20 KMPH. (n) Automatic Threat Detection. Should have the ability to observe Print of Interest from different angle point of view.
(o) Auxiliary cameras for ‘Hard to View’ areas (p) Integrated automated licence plate reader
(q) It should have English graphical user interface (GUI) (r) It should have integrated driver image capture function. (s) It should have remote/distance viewing and monitoring capacity. (t) It should have air clearance mechanism for all weather operation
(u) CE, ISO certified system.
40
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
(v) Undistorted image of the under chassis even if the vehicle completely stops on the unit. (w) Automatic cleaning system: Facility for automatic cleaning of the enclosure glass of the area scan portion i.e. camera/LED shall be provided. It may be noted that the system shall be some time under rainy condition i.e. water accumulation and during winter it will be under fog, snow and moisture condensation etc. Also, some time dirt/ dust will be accumulated over the enclosure glass/ camera viewing portion and sometime mud will be accumulated over there. (x) The system shall be fully equipped for automatic removable of condensation, water, mud, dust etc. from the scanner viewing portion so that clear image is obtained round the clock irrespective of climatic condition/ dust/ mud and snow etc. Hence, the system should be equipped with heater, wiper, air (hot/cool) blower, water spray/ cleaning system etc. as applicable for the required automatic functionalities. Warranty Product Shall Have Warranty of 3 Years (Supported By Certificate) Product Shall Have 7 Years of Life (Supported By Certificate)
41
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
Scanning Performance
(a) The UVSS must have a feature to magnify the complete image (Current and Past) upto 16 X zoom capability.
(b) System should generate in real-time one complete high resolution composite image of the undercarriage of the vehicle as soon as the vehicle passes over the scanner.
(c) The undercarriage of vehicle scanned must be shown in the form of undistorted full Color high resolution image with perfect aspect ratio for proper investigation. Grey scale image is not acceptable.
(d) Image width should be bigger than 4096 pixel.
(e) The system should be able to scan and capture the image within 3 to 5 seconds from vehicle clearing the scanner and will be able to capture a truck moving at a speed of 20 Km/h (Higher speed acceptable)
(e) The system should have a capacity to scan at least 6 vehicles per minute during peak hours.
42
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
2. Illuminator Unit
(a) High brightness long life LED array based illuminator should be used in the system for providing adequate light during scanning of under carriage of the vehicle so that cameras can capture high quality images at low or no-light situation. The system should not use any other type of lighting for the same.
(b) The system should use high power LED array of power output between 500 watts to 1000 watts.
(c) The system should automatically adjust the brightness of illuminator depending on the external lighting condition so that maximum power saving can be achieved.
(d) Protection: IP-68
(e) Automatic cleaning system: Facility for automatic cleaning of the enclosure glass of the area scan portion i.e. camera/LED shall be provided. It may be noted that the system shall be some time under rainy condition i.e. water accumulation and during winter it will be under fog, snow and moisture condensation etc. Also, some time dirt/ dust will be accumulated over the enclosure glass/ camera viewing portion and sometime mud will be accumulated over there. (f) The system shall be fully equipped for automatic removable of condensation, water, mud, dust etc. from the scanner viewing portion so that clear image is obtained round the clock irrespective of climatic condition/ dust/ mud and snow etc. Hence, the system should be equipped with heater, wiper, air (hot/cool) blower, water spray/ cleaning system etc. as applicable for the required automatic functionalities.
43
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
Warranty
Product Shall Have Warranty of 3 Years (Supported By
Certificate)
Product Shall Have 7 Years of Life (Supported By Certificate).
3 Under Vehicle Surveillance System Software with ANPR Unit
(a) The software for viewing and controlling the UVSS should be of GUI type and the access permission to the GUI should be strictly based on login credentials. (b) The system should support simultaneous logging and monitoring of more than one operator with full functionality so as to enable central control centre monitor and operate the system in parallel to the gate operator. The parallel operation should enable full features simultaneously to both operators.
(c) Facility for comparison of the current undercarriage image of the vehicle with that of history image is required in order to determine changes made in the undercarriage of the vehicle.
(d) Post capturing the undercarriage image of the vehicle there should be a manual adjustment facility in the GUI for enhancing the image quality viz. brightness and contrast of the image for investigation purpose.
(e) Should allow user to zoom into any suspicious area (i.e. Region of Interest (ROI) over the undercarriage image by using a user-friendly GUI.
(f) Should be able to alert the security as soon as a tagged vehicle tries to enter or exit from the premises.
(g) The software shall have the capability to automatically generate alarm if any foreign object is attached to the vehicle. Bidder must describe system mode of operation and detection methodology to prove meeting this requirement.
44
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
(h) Facility for on demand archiving recorded events / images must be supported.
(j) Software shall have self-diagnosis facility and SNMP protocol to report failure.
ANPR
(a) The UVSS should have the ANPR unit which is required to be integrated with the UVSS system for automation. Protection – IP-68.
(b) The ANPR system should detect vehicle registration plate & capture vehicle image as soon as the moving vehicle crosses UVSS.
(c) The camera unit used in ANPR systems shall have built-in IR LED illuminations so that reliable images can be captured in day-night conditions irrespective of the outdoor lighting conditions.
(d) The ANPR shall be tuned to Indian license plates and it should automatically read and record wide range of vehicle number plates alpha numeric characters.
(e) The frontal image view of the complete vehicle along with driver image shall be available to the operator. (f) The UVSS should have Automatic Number Plate recognition (ANPR) integrated to a common platform of the UVSS. The Automatic Number plate recognition (ANPR) shall be tuned to Indian number plates and it should automatically read and record the alpha numeric characters of no plates. Also the frontal image view of the complete vehicle shall be available to the operator.
45
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
(g) The system should support the integration with the boom barrier / Tyre Killer / rising road blockers / spike barriers for automatic or manual control of the access. Activating the barrier should be enabled from system screen. (j) All the software installed in the system must have genuine license from respective company. Warranty
Product Shall Have Warranty of 3 Years (Supported By
Certificate)
Product Shall Have 7 Years of Life (Supported By Certificate)
Image Recording and Storage
(a) Should stores the acquired images of each event into the database and associate it to vehicle's License Plate Number, time stamp, operator's identity and checkpoint ID.
(b) System should utilize SQL database.
(c) At least 8 TB of hard disk will be provided in the system for storing records for longer durations.
(d) Recording/storage system should have minimum 60 days recording capacity for all events and images with audit trail. It must support future expansion of storage capacity.
46
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
4 Processing Units/ Work Stations/ Servers
There will be 2 No. of Processing unit /workstation in redundant
configuration for monitoring, control, analysis and main storage.
Each workstation shall be provided with 2 Nos. of flat High
resolution LED Display. Both the monitors shall be configured as
dual monitor view. Both the workstation shall keep the storage of
the images/ video/ events as redundant or as backup of each
other. Both the Processing units/work stations shall be provided
with entire licensed software required for total AUVSS
requirement as mentioned in this tender document. Hardware
specification (each Processing unit/work station): Type (each
unit): Workstation grade Desk Top PC; Processor: Intel, i5 and
above version; RAM: 4 GB (installed) or above; Storage: HDD
(Installed, SCSI/SATA
(high speed): User Storage capacity: All events and images of
around 5000 Vehicle movements (per day) for minimum last 60
days subject to minimum 8TB. • Monitor (Dual): High resolution
LED Display, Size: one is 21” (or above) and other is 32” (or
above) of the offered workstation, Note: Accessories: Entire
accessories like licensed OS, drivers, cables etc.
(b) The bidder shall consider 2 No’s of PC based redundant centralized monitoring cum operation consoles with dual monitors attached to each console. The monitor size shall be 21 inch and 32 inch flat LED.
47
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
Control unit.
(a) Processor: Intel, i5 and above version. (b) RAM: 4 GB (installed) or above; (c) Storage: HDD (Installed, SCSI/SATA (high speed): (d) User Storage capacity: All events and images of around 500 Vehicle movements (per day) for minimum last 60 days subject to minimum 8TB. • (e) Monitor (Dual): Full HD, LED, Size: one is 21” (or above) and other is 32” (or above), Make: LG/Samsung/Sony or OEM of the offered workstation, (f) Connectivity: 1 Giga LAN (g) Recording on CDRW/DVD (h) The front end of the software should be designed on LINUS Technology (j) The back end database should be SQL server (Latest version) Note: Accessories: Entire accessories like licensed OS, drivers, cables etc.
System Power Supply
230 VAC, 50 Hz; (+/-) 10% tolerance. User will provide single
phase feeder at around 25 mtr. Away from the bidder’s system.
Further distribution, earthling, filtering, conversion (AC to DC
etc.), step down etc. as per requirement for the bidder’s system
shall be provided by bidder.
48
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
Networking Items
Entire networking items required for the bidder’s system shall be
provided by the bidder. This shall include LAN switch (24 port or
above, Make: D-link/Cisco/ Net Gear or OEM make) with wall
mounting enclosure, entire networking cables, connectors,
sockets, Junction boxes, conduit etc. as applicable.
Software (Monitoring, Control, Analysis& Storage)
Processing units/work stations shall be facilitated/ equipped with the followings:-
(a) Entire software shall be based on latest Windows platform i.e. Windows 2007 or above/ Windows server 2016 or above). Entire Software with OS shall be licensed to Military Station Sri Nagar locations as specified with usage for unlimited period without any requirement of periodic renewal.
(b) UVSS shall give output of all the data simultaneously i.e. the composite image, driver photos, vehicle number display, all during & after the vehicle crosses the unit. Also the system should have a facility to view the composite image and video images offline for all the vehicles. System shall provide single Stitched High Quality Image i.e. complete footprint of the vehicle in one image on LED screen.
(c) Each workstation shall have a user friendly Graphical User Interface (GUI) with provision for multiple users logging.
(d) The system shall be having facility of 3D virtual PTZ camera to view any small area. Also system shall facilitate user to zoom into any suspicious area (Region of Interest) by a user friendly GUI.
49
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
(e) System shall be equipped with image monitoring/ control tools like brightness, contrast, zoom, move, rotate etc.
(f) The system shall be equipped with automatic threat detection facility which will alert the user/ operator for any threat derived automatically through the analytical software. The software shall have the capability to generate alarm in the system if any threat image detected by UVSS.
(g) The system software shall display all information generated from the two systems (i.e. UVSS, ANPR systems including driver image) in the workstations in a single screen as soon as the vehicle crosses the UVSS so that decisions can be made by the operator instantly.
(h) System shall store the acquired images into Data Base and link it to vehicle’s Number Plate Number, time stamp, checkpoint ID etc. Also shall support the user to find out changes made on vehicle’s undercarriage by comparing to vehicle’s history.
(j) The UVSS shall have the capability to store minimum 30 days recording (FIFO) of all events and images of 5000 vehicles movement daily as mentioned elsewhere in this document. Events can be stamped by time and date or by Automatic Number Plate Recognition. The recording/storage device must have the capacity for future expansion of storage.
50
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
(k) UVSS system must have a facility to take back up of the transactions to any Storage Media/ Offline Drives/Continuous Stream.
(l) Report Generation: System shall be able to generate reports on total vehicles scanned day/week/month wise, vehicle wise etc. System shall have search function option with period wise, image wise, number plate etc.
(m) The UVSS must have a built in software diagnostics capability to facilitate any distant software support to be offered online.
Networking
(a) Must support the integration of multiple UVSS scanner units with the centralized Server through IP networking. (b) Provision for multiple security personnel’s for logging in to the system from different PC /Tablets to monitor events and for performing report generation. (c) The GUI must be browser based. The operator should be able to open multiple tabs on single computer so as to manage various events of different scanners.
Reports required
(a) Query by referring to License plate Number should
provide corresponding undercarriage image of the vehicle with
the entry/exit gate ID, date and time of scanning and the operator
ID.
(b) Query by date should extract information such as gate
number, vehicle License plate number, time of access and the
operator ID.
51
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
(c) Query for any match between operator and a vehicle
passing on date range.
(d) Query for any match between two different vehicles
events (enter/exit) with reference to time range
5 Printer (a) 02 x Colour Printers should be integrated alongwith the UVSS to take out the requisite printout. Should be adequate to print images of min 4096 pixels
(b) The end of the day report should export the driver and the number plate image printable form for future use or reference.
6 Mechanical Structure (SS Frame)
(a) The UVSS shall be designed to operate in harsh environment. All offered camera, high intensity bright LED illumination, electronics, connectors, junction boxes, power supply units and all other field mounted accessories shall be rugged industrial grade and should comply for a minimum weather protection rating of IP-68. To prove meeting this point, the bidder shall provide list of all connectors, their model and technical information which prove their IP rating.
(b) Complete mechanical structure should be made up of stainless steel and should be enforced by internal rib bars. The UVSS should be able to withstand at least 40 Ton total axle load considering entry of heavy trucks over the unit. (c) The UVSS will have the provision for automatic draining/flushing out the water which gets accumulated inside the mounting box.
52
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
(d) Structural steel and should be enforced by internal rib bars. The structure should be able to withstand at least 40 Ton total axle load considering entry of heavy vehicle/trucks over the unit.
(e) Stainless steel checked top plate to withstand a vehicle load upto40 Ton and above.
(f) Dimensions – 1800 mm x 750 mm or better.
(g) Main camera casing – Stainless Steel.
7. 42 U Rack Fully Loaded
- four-point locking system - The door can be easily rotated so it can be hinged from
the left or right. - The side panels can be screwed on, locked in place, or
hinged to provide side door access. - Adjustable levelling pads - Perforated front and rear doors - Lockable doors and side panels - Split rear doors - Quick release hinges - Removable side panels - Side wall compartments (pockets) for 1U PDUs - Material SPCC Quality cold rolled sheet - Fully loaded for all electrical connections as per industry
standards - Adjustable Feet and Heavy Duty Castors Powder coating Frame RAL 7035 and RAL 7016 - Rear cable management channels with space for
mounting OU strip PDUs -
53
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
Compatible with 19” International standard
Cable entry on the top and Bottom cover
Removable side panels to ease maintain
Front Door Toughened glass Door
Turning angle of front and rear door over 180°
Static Loading 800 Kg
Height: 42U (80" / 2032mm) or better. Width: 24." (669mm) or better External Depth: 43" (1092mm) or better
8
Scanning Cameras/ Cameras
i. (a) All the cameras shall be IP based camera. ii. iii. (b) Under vehicle scanning: As mentioned earlier, minimum
3 Nos. of camera (high speed, GigE) for under vehicle surveillance shall be configured. The resolution of individual camera shall be as per the requirement to meet the overall resolution of the scanning system as mentioned elsewhere in this tender document. Cameras for ALPR and driver image capturing: Minimum 2 Nos. cameras shall be provided for ALPR and driver image capturing. The resolution of each camera shall be 2 Mega Pixels (HD) and above. The camera units used in ALPR system and for driver image capturing shall have IR LED illuminations (inbuilt/external) so that reliable images can be Captured in day-night conditions irrespective of the outdoor lighting conditions.
iv.
54
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
Main Camera (IP Based) (Single or Multiple) (a) Interface - GigE (b) Camera Type - GigE Progressive Area Scan Color Camera (c) Sensor - Progressive Scan CCD/CMOS (d) Resolution - 4096 Pixels or better (e) Image Resolution- 4 MP or better (f) Sensitivity - 0.05 lx (g) Shutter Speed - 1/25 to 10,000 or better. (h) Camera Resolution - 1600 x 1200 or better (j) Video format - GigE (k) Composite Image - 4 MP or high
v. Resolution of the underside
(l) Field of View - 135
(m) Humidity - 95% non condensing
((n) Sensor Unit Type - Electro optic Ray/ Inductive
Loop
(o) IP - IP-68
(p) Op temperature - -200 C to +500 C
(q) Certification - FCC, CE
(r) Automatic cleaning system: Facility for automatic cleaning of the enclosure glass of the area scan portion i.e. camera/LED shall be provided. It may be noted that the system shall be some time under rainy condition i.e. water accumulation and during winter it will be under fog, snow and moisture condensation etc. Also, some time dirt/ dust will be accumulated over the enclosure glass/ camera viewing portion and sometime mud will be accumulated over there.
55
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
(s) The system shall be fully equipped for automatic removable of condensation, water, mud, dust etc. from the scanner viewing portion so that clear image is obtained round the clock irrespective of climatic condition/ dust/ mud and snow etc. Hence, the system should be equipped with heater, wiper, air (hot/cool) blower, water spray/ cleaning system etc. as applicable for the required automatic functionalities. Warranty
Product Shall Have Warranty of 3 Years (Supported By
Certificate)
vi. Product Shall Have 7 Years of Life (Supported By Certificate)
9 Auxiliary Cameras (License Plate Camera (IP Based) (a) Image Sensor - 1/1.8” 3 Megapixel CCD/CMOS (b) Effective Pixels- 2048(H) x 1536(V) (c) Scanning System- Progressive (d) Electronic Shutter Speed- 1/25 – 1/10000 (e) S/N Ratio - More than 50dB (f) IR Distance - 40m (g) IR LEDs - 3 or better
Lens
(a) Lens Type - Manual (b) Mount Type - Replaceable (c) Focal Length - 4.7 – 47mm (d) Max Aperture - F1.85 (e) Angle of View - H:1000- 370; v:550- 210
(f) Focus Control - Manual (g) Focus Distance Range - 10 – 40m (h) Focus Width Range - 1 – 2 lanes
56
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
Interface (a) Audio Interface- Input/ Output 1 Input / 2 Output (b) RS485 - N/A (c) Alarm - 2/1 Channel In/Out
Electrical (a) Power Supply - AC220V (b) Power Consumption - Max 40W
Environmental
(a) Operating Conditions - -20°Cto50°C
(b) Ingress Protection & Vandal Resistance - IP-68
Video
(a) Compression - H.264M/H.264H/H.264B (b) Resolution - 1080P (1920x1080) (c) Frame Rate - 1080P (1-25/30fps) (d) Bit Rate Control - CBR VBR (e) Bit Rate - H.264:80K bps-10 Mbps (f) Day/Night - Auto (ICR)/ Color/B/W (g) BLC Mode - BLC, HLC, WDR (120db) (h) White Balance - Auto/Manual (j) Gain Control - Auto/Manual (k) Noise Reduction - 3D (l) Smart IR - Support
57
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
Network
(a) Ethernet - RJ-45 (10/100Base-T) (b) Protocol - IPv4/IPv6,HTTP, TCP/IP, UDP, NTP, DHCP,DNS (c) Interoperability - CGI, On vif (d) Max. User Access - 20 (e) Edge Storage - Micro SD, Max 128GB Status Display Local PC for instant Recording. (f) Web Viewer - IE8, IE9, IE10, IE11 Warranty Product Shall Have Warranty of 3 Years (Supported By Certificate) Product Shall Have 7 Years of Life (Supported By Certificate)
10
2 MP Verifocal IR Camera ( Driver Face photo capture camera) Sensor Type --- 1/2.7" ExMor CMOS sensor
Effective Pixels ---- 1920(H) x 1080(V)
Lux Level(illumination) --- Color 0.05 Lux, B/W 0.01Lux @(F1.2, AGC ON), 0Lux @ IR ON
Shutter Speed Control --- AUTO 1/2s ~ 1/100,000s Gain Control(AGC --)- Yes Level 1X ~ 128X Adjustable
Lens -- 2.8 ~ 12.0MM Motorized Control Lens
ICR ---- DC Auto IRIS
Focus Control --- Auto focus, One-key, manual850 ~ 880nm Infrared
58
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if deviation
Make Model Signature of Bidder for each QR
IR Function --- Smart IR, ICR Dual Filter, IR LED Power adjustable
IR Distance --- IR up to 50 Meter
WDR - 100dB, Auto/Manual Adjustable
Day/Night - Auto(Outside/Inside), Colour, B/W
Digital Noise Reduction --3DNR (Close/Ordinary/Expert) Light Compensation --- BLC Off/On, 1 Area, Customize Design, HLC Off/On Adjustable
Privacy Masking- On/Off (Max.4 Areas) OSD Display--- 16×16,32×32,24×24,48×48,64×64 Character Size 5 Area Arrangement @ Time/Date/Week/Character/PTZ Angle
White Balance - Auto/Manual/Lock/Nature/Sunshine/Day Light/Warm Light Other function - Smart Defog Control, EIS(Image Stabilizer), Flip control Smart Defog Control -- Adjustable
Motion Detection - Yes, Zones :396(22x18), Sensitivity Level 1~ 100 Flip Control- By the IE Browser or CMS Software Image Control - Built in Tripwire/ Double Tripwire/Perimeter Perimeter Detection Mode -- Intrusion, Enter, Exit Intelligent Alarm - Motion Detection / Video Loss / Video Blind / Port Alarm / IP & MAC Conflict Detection
Alarm & IVA Trigger -- On-screen alerts/PTZ Trigger/Link Out/E-MAIL/FTP Upload/Pre-Post Record
Corridor Control - Yes(supported format 16:9, 9:16) Region of Interest(ROI) - 4 Area Warranty
Product Shall Have Warranty of 3 Years (Supported By
Certificate)
vii. Product Shall Have 7 Years of Life (Supported By Certificate)
59
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if
deviation
Make Model Signature of Bidder for each QR
11 24 Port Gigabit Ethernet Layer 2 Web managed Switch with inbuilt 12 Gigabit SFP modules with wall mounting enclosure
Key Features •24X10/100/1000Base-
Tx+Gigabit4SFPPorts
• STP/RSTP/MSTP
• Loop detection
• IGMP Snooping
• SNMP
viii. • Quality of Service (QoS)
Technical Specifications :-
Physical Port • 2410/100/1000Base-TEthernetPorts
• 4 Gigabit SFP Ports
Performance • SwitchingCapability:56Gbps
• MACAddressTable:8K
• MemoryPerUnit:2.4MB
• Jumbo Frame:10K
L2Features
• Auto-negotiation for port speed and duplex mode
• Spanning Tree Protocol - Support STP/RSTP/MSTP
(max16instance)
-Loop back Detection - BPDU Filter -BPDU Guard
•IGMPv1/v2/v3Snooping: GMP QuerierI GMP Proxy MVR
• VLANs
-256IEEE 802.1qtagbased VLAN with 4 Kvlan ID
-Port Isolation(Multi-to-one)
-Port Based VLAN, MAC Based VLAN, Voice VLAN, Guest VLAN, Link Aggregation,
LACP:8Groups,8Ports/Group, Static Trunk
60
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if
deviation
Make Model Signature of Bidder for each QR
QoS Features • Classifications based on
-COS
-COS DSCP
-IP Precendence
• Eachportsupports8queues
• LLDP
• Rate Limit(Port Based)
• Flow Control
Security • Queueing Mechanism: SP and WRR
• Mac address Binding
• Support Broadcast storm control
• IPand MACACL
• RADIUS,AAA
• Port Security, Protected Port
• DOS
• DHCP Snooping, IP Source Guard
Management • Port Mirroring
• Support traffic statistics
• ProvideIPv4Web-basedmanagement
• Configuration Backup and Recovery
• Management VLAN
• SNMPv1/v2c/v3
• Telnet, SSH, HHTPS
• RMON,SNTP
• Ping, Traceroute
• Dual Firmware Image
• UDLD,EEE
Power Supply • ACPower:100to240V,50-60Hz
• Input Surge Protector
61
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if
deviation
Make Model Signature of Bidder for each QR
Standards • IEEE802.310BASE-T
• IEEE802.3u100BASE-TX
• IEEE802.3ab1000BASE-T
• IEEE802.3z,IEEE802.3x
• ANSI/IEEE802.3Nway
Environmental
Specifications
• Temperature:
-20°C to 50°C
40°Cto70°C(Non-Operating)
• Humidity:10%to90% (Non-condensing)
Mechanical • LED Indicators : Power, Link/ Act
• Hardware Factory Reset button
1000Base-LX SFP
Transceiver LC
type
• Connector type: LC Type
• IEEE Standard: IEEE 802.3z
• Wavelength (nm): 1310nm
• Fibre Type: Single Mode
• Max Cable Distance: upto 10Km
• Case Operating Temperature: 0º ~70º
• Storage Relative Humidity: 5% to 95%
12 CAT 6 UTP
CAT 6 UTP CABLE 4 pair 23 AWG copper with integral cross
member pair separator for uniform characteristic impedance. Should have 100 OHM impedance certified by independent test labs like 3p/delta to meet CAT 6 standards & supplied in 500 M reels.
62
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if
deviation
Make Model Signature of Bidder for each QR
Standard Standardization ISO/IEC 11801 2nd ED, IEC 61156-s
Cable DIA/strength Cable overall DIA 6.3 MM/should have tensile strength of 100N
13 Online UPS:- 5KVA
Frequency Power Factor
Single Phase ≥0.95
Output: Output voltage Frequency range THD (liner load) THD (Non-liner load)
Multiple Ranges 210~220V 50Hz± 0.2% <3% <5%
Overload Capability Crest factor
>110% 30s turn to bypass mode 3:1 (max)
Short circuit protection
5 cycles turn off inverter, no transfer to bypass, provide alarm (AC mode), 5 Cycles turn off inverter, provide alarm (batter mode), input fuse blown or breaker action.
Waveform Pure sine wave Transfer time from AC to bypass mode
4ms (typical 2.5ms)
Efficiency ≥85% Changing time Charge current
Maximum 5 Hrs for Full Charging Up to 8A
Communication interface
Any communication interface must be built-in
Minimum Total Ampere of batteries for 5 KVA UPS
Min. 26AH x 16 nos.
Power Back Up Min 4 hrs
63
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if
deviation
Make Model Signature of Bidder for each QR
14 Tyre Killer 6 mtr wide Hydraulic
Mobile/ Fixed Fixed
Type Flat top surface
Foundation 335 mm and can be more as per design
Structure Made in 1 mtr Segments for ease in Maintenance
System Active 2 way spike for puncture the tyres
Mechanism Electro Hydraulic
Speed 2-3 sec for above 5 mtr
Fully Raised Blocking position of spike
Less than 90 degree
Blocking Width 6 mtr
Height Of spike above Ground
150 mm and can be more
Spike Dimension 200 * 100mm and can be more
Length of block up to 6 mtr
Thickness of Plate Minimum 20 mm
Spike to Spike Distance (Centre to Centre)
100 mm
Housing Galvanized Steel with RAL Coated
Spike Material AISI 304
Vehicle Load 40 ton and can be more
64
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if
deviation
Make Model Signature of Bidder for each QR
Safety Device (a) Remote control, Smart card reader, Optional beam sensor, loop detector, Biometric (Optional) (b) Should be integrated mechanism (c) Should be available with operation
Cycles / hr 170 and can be more
Power supply 230 V AC, 50 Hz
Operative option Push Button
In case Of Power failure
Manual operation in case of power failure
Control Panel Adjustable as per client’s Need
Shock Resistance High Level
Installation
Installation to be done by the vendor
including all civil and electrical work will be
integrated with the UVSS
Operating Temperature
-20°C to + 55°C.
Protection Class IP 66
Certifications CE, FCC, RoHS, ISO
Warranty Product Shall Have Warranty of 3 Years (Supported By
Certificate)
Product Shall Have 7 Years of Life (Supported By Certificate)
65
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if
deviation
Make Model Signature of Bidder for each QR
15 Hydraulic Crash Rated Boom Barrier
Application Outdoor
Drive Electro Hydraulic
Blocking Boom Length (Minimum)
6200mm
Width of the casing (Clear passage width)
6000mm
Boom Specification
Boom Length: 6200 mm (minimum)
Pole Height above ground level
Minimum900mm
Logic Included
Impact Load 400 KN or more
Raising/ lowering time
Maximum10-15seconds
Power Supply (Operating voltage)
1 0r 3Phase 230/415V A.C.
Electric motor capacity/ Rating
3 KVA, IP 65, 1 0r 3Phase 230/415V A.C.
Electric controls PLC on micro processor control(Moller)
steel structure &rating
K/4 Certified or higher (Certificate will be
checked by BOO at the time of TEC)
66
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if
deviation
Make Model Signature of Bidder for each QR
Protection All housing & internal parts will be rust and corrosi on free Metals or alloys of high strength with suitable Epoxy coating as applicable
Duty Cycle 100%
Manual Operation
Apowerpackcontaininganelectricmotorpumpassemblyandanaccumulator/handleformanualoperationincaseof power failure
Operating temperature
-10oC to 60oC
MTTF 1 Colour
Different & distinct color pattern reflected on Boom Barrier (Yellow & Black)
Material of construction
Carbon Steel with powder coated finish or Stainless steeling Grade4finishandthehousingtopcoverismadeofhigh impact engineering with customized SS Sheets
Certifications CE, FCC, RoHS, ISO
Warranty
Product Shall Have Warranty of 3 Years (Supported By
Certificate)
Product Shall Have 7 Years of Life (Supported By Certificate)
67
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if
deviation
Make Model Signature of Bidder for each QR
16 Speed Breaker for 06 mtr road (Hump Type) x 4
Material Solid natural rubber No. of Reflectors 2
Features Length-1mtrwith set of nuts & bolts
Dimensions(mm) 350 x 250 x 50mm
Type of Product Speed Breaker
17 5 KVA Oil Cooled Servo Voltage Stabilizer
To provide uninterrupted power supply to the Hydraulic Crash Rated Boom Barrier & Hydraulic Tyre Killer 6 mtr wide from the 5KVA online UPS. Wiring from 5 KVA online UPS to the Hydraulic Crash Rated Boom Barrier & Hydraulic Tyre Killer will be provided by the bidder.
Warranty
Product Shall Have Warranty of 3 Years (Supported By Certificate) Product Shall Have 7 Years of Life (Supported By Certificate)
Furniture for keeping the PC based viewing cum operating consoles.
18 Work Station Table Height - 75 to 80 cm Width - 120 cm Depth- 70 to 80 cm Material- Carbon Steel
- Primary material- Metal - Secondary Material - Engineered Wood - Secondary Material Sub Type- MDF
Configuration - Straight Storage Included- minimum two drawers Should have inbuilt shelve/ rack for computer keyboard Mount Type- Free Standing
68
Date : Signature of Authorised Signatory Company’s Seal
Srl No Feature Technical Specifications Compliance (Y/N)
Deviations be unambiguously
mentioned
Offered Specification if
deviation
Make Model Signature of Bidder for each QR
19 Chair Height - minimum 90 cm ( Total Height) Width - 50 cm or better Depth- 60 cm or better Material- Steel and Polypropylene with Nylon base and Fabric Upholstery Arm Support is mandatory Twistable and turnable Gas pumps for adjustable seat height
20. Installation and Mounting. (a) Civil works for fitment of Under Vehicle Scan System alongwith required accessories to be included (b) Fixed - Underground.
69
Date : Signature of Authorised Signatory Company’s Seal
Appendix ‘C’
(Ref Part I, Para 2 c (xi) of RFP)
MALWARE/VULNERABILITY AND MALICIOUS CODE CERTIFICATE (To be rendered on the Company Letter head)
1. It is certified that the equipment provided in this project does not contain any malware and the embedded hardware and software has no vulnerability so as to jeopardize the security of the systems. 2. This is also to certify that the Hardware and the Software being offered, as part of the Contract, does not contain embedded malicious code that would activate procedure to:- (a) Inhibit the desired and designed function of the equipment. (b) Cause physical damage to the user or equipment during the exploitation. (c) Tap information resident or transient in the equipment/networks. 3. The firm will be considered to be in breach of the procurement contract, in case physical damage, loss of information or infringements related to copyright and Intellectual Property Rights (IPRs) are caused due to activation of any such malicious code in embedded software. 4. This company shall be liable to legal action in case any such malware or vulnerability is detected throughout the life of the equipment provided by us.
Place : Signature (Name of Signatory in Block letters) Date : (Completer address of the firm, and firm‟s Seal)
70
Date : Signature of Authorised Signatory Company’s Seal
Appendix ‘D’
(Ref Part I, Para 2 c (xiii) of RFP)
TENDER CONDITIONS ACCEPTANCE LETTER
(To be given on Company Letter Head)
Date:
To,
______________________
______________________
SUB: ACCEPTANCE OF TERMS & CONDITIONS OF TENDER.
Tender Reference No : ________________________
Name of Tender/Work : -____________________________________________________
Dear Sir,
1. I/We have downloaded/obtained the tender document(s) for the above mentioned
„Tender/Work‟ from the web site(s) namely:
_____________________________________ _________________________________as per
your advertisement, given in the above mentioned website(s).
2. I/ We hereby certify that I / we have read entire terms and conditions of the tender
documents from Page No. _______ to ______ (including all documents like annexure(s),
schedule(s), etc .,), which form part of the contract agreement and I/we shall abide hereby the
terms /conditions/clauses contained therein.
3. The corrigendum(s) issued from time to time by your department/ organisations too have
also been taken into consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above mentioned tender
document(s) / corrigendum(s) in its totality / entirety.
5. The Tech Bid and its enclosures as submitted in physical form as mentioned in para 7 of
part I of RFP is the true copy of the documents uploaded on the Central Public Procurement
Portal
(https://eprocure.gov.in/eprocure/app).
6. In case any provisions of this tender are found violated , your department/ organisation
shall be at liberty to reject this tender/bid including the forfeiture of the full said Earnest Money
Deposit absolutely and we shall not have any claim/right against deptt in satisfaction of this
condition.
Yours Faithfully,
(Signature of the Bidder, with Official Seal)
71
Date : Signature of Authorised Signatory Company’s Seal
Appendix ‘E’
(Ref Part I, Para 2 c (xviii) of RFP)
SOVEREIGN GOVT NON BAN CONFIRMATION CERTIFICATE.
(To be rendered on the Company Letter head) 1. It is here by certified that the details of the OEM for the following equipment provided in
this project are not banned by any Sovereign Govt in the world.
S No Equipment / Item Description OEM Address of OEM along with
Country
(a) Scanner Assembly alongwith Inductive loop Sensor
(b) High Power LED Array Illuminator Unit
(c) Under Vehicle Surveillance System Software with ANPR Unit
(d) Processing Units/ Work Stations/ Server (include 21’’ & 32’’ High resolution LED Screen)
(e) Colour Printers
(f) Mechanical Structure (SS Frame)
(g) 42 U Rack Fully Loaded
(h) Scanning Camera/ Cameras (Single Or Multiple)
(j) Auxiliary Cameras (License Plate Camera (IP Based)
(k) 2 MP Verifocal IR Camera ( Driver Face photo capture camera)
(l) 24 Port Gigabit Ethernet Layer 2 Web managed Switch with inbuilt 12 Gigabit SFP modules with wall mounting enclosure
(m) CAT 6 UTP ( 500 mtr)
(n) Online UPS:- 5KVA
(o) Tyre Killer 6 mtr wide Hydraulic
(p) Hydraulic Crash Rated Boom Barrier
72
Date : Signature of Authorised Signatory Company’s Seal
S No Equipment / Item Description OEM Address of OEM along with
Country
(q) Speed Breaker for 06 mtr road (Hump Type) x 4
(r) 5 KVA Oil Cooled Servo Voltage Stabilizer
(s) Table, Furniture for Work Station
(t) Chairs
(u) Installation & Mounting
2. It is also confirmed that the items being procured are not manufactured by the OEM
located in any country known to be Adversaries of India either militarily, economically or
otherwise.
3. False furnishing of information by us will render this technical bid invalid.
Yours Faithfully,
(Signature of the Bidder, with Official Seal)
73
Date : Signature of Authorised Signatory Company’s Seal
Appendix ‘F’
(Ref Part I, Para 2 c (xix) of RFP)
PRODUCT COUNTRY OF ORIGIN CERTIFICATE
(To be rendered in Company Letter Head)
1. It is here by certified that the details of the OEM, Manufactured Part Number (MPN),
Country of Origin (COO) for the following equipment provided in this project are not
manufactured in non friendly countries of India.
S No Equipment / Item Description OEM
(Make)
Model MPN COO
(a) Scanner Assembly alongwith Inductive loop Sensor
(b) High Power LED Array Illuminator Unit
(c) Under Vehicle Surveillance System Software with ANPR Unit
(d) Processing Units/ Work Stations/ Server (include 21’’ & 32’’ High resolution LED Screen)
(e) Colour Printers
(f) Mechanical Structure (SS Frame)
(g) 42 U Rack Fully Loaded
(h) Scanning Camera/ Cameras (Single Or Multiple)
(j) Auxiliary Cameras (License Plate Camera (IP Based)
(k) 2 MP Verifocal IR Camera ( Driver Face photo capture camera)
(l) 24 Port Gigabit Ethernet Layer 2 Web managed Switch with inbuilt 12 Gigabit SFP modules with wall mounting enclosure
(m) CAT 6 UTP ( 500 mtr)
(n) Online UPS:- 5KVA
(o) Tyre Killer 6 mtr wide Hydraulic
74
Date : Signature of Authorised Signatory Company’s Seal
S No Equipment / Item Description OEM
(Make)
Model MPN COO
(p) Hydraulic Crash Rated Boom Barrier
(q) Speed Breaker for 06 mtr road (Hump Type) x 4
(r) 5 KVA Oil Cooled Servo Voltage Stabilizer
(s) Table, Furniture for Work Station
(t) Chairs
(u) Installation & Mounting
2. It is also confirmed that the no item for this project is quoted for this project which is
manufactured in non friendly countries of India.
3. False furnishing of information by us will render this technical bid invalid.
Yours Faithfully,
(Signature of the Bidder, with Official Seal)
75
Date : Signature of Authorised Signatory Company’s Seal
Appendix ‘G’
(Ref Part I, Para 2 d (ii) of RFP)
ADDITIONAL CHARGES/ DISCOUNTS
It is hereby certified that no Additional Charges Levied Or Any Discounts Offered from the
prices quoted in the enclosed BOQ, which will have financial implication on the bid value quoted
by me.
OR
The following additional Charged Levied / Discounts Offered over and above the prices quoted
in the BOQ which will have financial implication on the bid value quoted by me
(i)
(ii)
(iii)
Signed by:
Date: Official stamp:
Notes:-
1. Please strike out whichever is not applicable.
2. The certificate will be signed by the owner of the firm or any person auth to do so on
behalf of the owner.
The certificate will be scanned, digitally signed and uploaded along with the BOQ in the
Cover II containing Financial Bid.
76
Date : Signature of Authorised Signatory Company’s Seal
Appendix ‘H’
(Ref Part I, Para 2 d (iii) of RFP)
ADDITIONAL INFORMATION ON TAXES
1. Additional information in price bid on taxes and duties (not in scope of L-1 determination):-
(a) Excise Duty.
(b) Octroi / Entry Tax.
(c) Surcharges / Cess
(d) Any other Taxes / Duties.
Notes:-
1. Please strike out whichever is not applicable.
2. The certificate will be signed by the owner of the firm or any person auth to do so on
behalf of the owner.
3. The certificate will be scanned, digitally signed and uploaded along with the BOQ in the
Cover II containing Financial Bid.
77
Date : Signature of Authorised Signatory Company’s Seal
Appendix ‘J’
(Ref Part I, Para 10 of RFP)
INSTRUCTIONS TO THE BIDDERS
Instructions for Online Bid Submission Instructions to the Bidders to submit the bids online
through the Central Public Procurement Portal for e Procurement at
https://eprocure.gov.in/eprocure/app are as follows:-
1. Possession of valid Digital Signature Certificate (DSC) and enrolment/registration of the
contractors/bidders on the e-procurement / e-tender portal is a prerequisite for e-tendering.
2. Bidder should do the enrolment in the e-Procurement site using the “Click here to Enrol”
option available on the home page. Portal enrolment is generally free of charge. During
enrolment/registration, the bidders should provide the correct/true information including valid
email id. All the correspondence shall be made directly with the contractors/bidders through
email id provided.
3. Bidder need to login to the site through their user ID/ password chosen during enrolment
/registration.
4. Then the Digital Signature Certificate (Class II or Class III Certificates with signing key
usage) issued by SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA India on eToken/Smart Card, should be registered.
5. The DSC that is registered only should be used by the bidder and should ensure safety of
the same.
6. Bidder logs in to the site through the secured log in by giving the user id/ password
chosen during enrolment/registration and then by giving the password of the eToken /
SmartCard to access DSC.
7. In case of limited tender the regd dealers/ the bidders invited to participate in the tender
will receive a notification through e-mail wrt to tender and after log in the bidder selects the
tender and moves it to “my tenders‟ . In case of open tenders the bidder selects the tender
which he/she is interested in by using the search option & then moves it to the “my tenders‟
folder.
8. From my tender folder, the bidder selects the tender to view all the details indicated.
9. After downloading / getting the tender document/schedules, the Bidder should go through
them carefully and then submit the documents as asked, otherwise bid will be rejected.
10. If there are any clarifications, this may be obtained online through the tender site, or
through the contact details or during the pre -bid meeting if any or during the pre -bid meeting if
any.
78
Date : Signature of Authorised Signatory Company’s Seal
11. Bidder should take into account the corrigendum published before submitting the bids
online.
12. It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidder should go through the tender schedules carefully and upload the documents as asked; otherwise, the bid will be rejected.
13. The Bidders can update well in advance, the documents such as certificates, annual
report details etc., under My Space option and these can be selected as per tender
requirements and then sent along with bid documents during bid submission. This will facilitate
the bid submission process faster by reducing upload time of bids.
14. Bidder, in advance, should get the bid documents ready to be submitted as indicated in
the tender document/schedule and generally, they can be in PDF/xls/rar/zip/dwf formats. If there
is more than one document, they can be clubbed together and can be provided in the requested
format. Each document to be uploaded online for the tenders should be less than 2 MB. If any
document is more than 2MB, it can be reduced through zip/rar and the same can be uploaded, if
permitted. Bidders Bid documents may be scanned with 100 dpi with black and white option.
However of the file size is less than 1 MB the transaction uploading time will be very fast.
15. Bidder should submit the Tender Fee/ EMD as specified in the tender. The original
should be posted/couriered/given in person to the Tender Inviting Authority, within the bid
submission due date & time for the tender. Scanned copy of the instrument should be uploaded
as part of the offer.
16. While submitting the bids online, the bidder must read the terms & conditions and accept
the same to proceed further to submit the bid packets.
17. The bidder has to select the payment option as offline to pay the Tender FEE/ EMD as
applicable and enter details of the instruments.
18. The details of the DD/any other accepted instrument, physically sent, should tally with the
details available in the scanned copy and the data entered during bid submission time. The
submitted bid will not be acceptable if otherwise.
19. The bidder has to digitally sign and upload the required bid documents one by one as
indicated. Bidders must note that the very act of using DSC for downloading the bids and
uploading their offers shall be deemed to be a confirmation that they have read all sections and
pages of the bid document including General conditions of contract without any exception and
have understood the entire document and are clear about the requirements of the tender
requirements.
20. The bidder has to upload the relevant files required as indicated in the cover content. In
case of any irrelevant files, the bid will be rejected. The tech bid acceptance will be subject to
physical receipt of specified document at the time of tech bid opening. Further, the TIA
will not be held responsible for any sort of delay or the difficulties faced during the
submission of bids physically by the bidders under any circumstances whatsoever.
21. If the price bid format is provided in a spread sheet file like BoQ_xxxx.xls, the rates
offered should be entered in the allotted space only and uploaded after filling the relevant
79
Date : Signature of Authorised Signatory Company’s Seal
columns. The Price Bid/BOQ template must not be modified/replaced by the bidder, else
the bid submitted is liable to be rejected for this tender.
22. The bidders are requested to submit the bids through online e-tendering system to the
Tender Inviting Authority (TIA) well before the bid submission end date & time (as per Server
System Clock). The TIA will not be held responsible for any sort of delay or the difficulties faced
during the submission of bids online by the bidders at the eleventh hour.
23. After the bid submission (ie after Clicking “Freeze Bid Submission” in the portal), the
acknowledgement number, given by the system should be printed by the bidder and kept as a
record of evidence for online submission of bid for the particular tender and will also act as an
entry pass to participate in the bid opening date.
24. The time settings fixed in the server side & displayed at the top of the tender site, will be
valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system. The
bidders should follow this time during bid submission.
25. All the data being entered by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered will not viewable by
unauthorized persons during bid submission & not be viewable by any one until the time of bid
opening.
26. Any bid document that is uploaded to the server is subjected to symmetric encryption
using a system generated symmetric key. Further this key is subjected to asymmetric encryption
using buyers or the procurement officer openers public keys. Overall, the uploaded tender
documents become readable only after the tender opening by the authorized bid openers.
27. The confidentiality of the bids is maintained since the secured Socket Layer 128 bit
encryption technology is used. Data storage encryption of sensitive fields is done.
28. The bidder should logout of the tendering system using the normal logout option available
at the top right hand corner and not by selecting the (X) exit option in the browser.
29. For any queries regarding e-tendering process, the bidders are requested to contact TIA
as provided in the tender document. The bidders for any further queries can also to contact over
phone: 1-800-233-7315 or send a mail over to – [email protected] .
30. The undertaking to the effect that the terms and conditions stipulated in the tender docu
are acceptable by the auth signatory of the bidders Regd firm will have to be submitted. The
subject undertaking on a forwarding letter shall be uploaded on CPP portal during bidding by the
bidders.
Note :- (Rate to be quoted online by bidder in BOQ Excel Sheet only).
80
Date : Signature of Authorised Signatory Company’s Seal
Appendix ‘K’
(Ref Part II, Para 4(f) of RFP)
LIST OF DOCUMENTS : CHECK LIST 1. TEC Certificates. 2. Technical specifications of the items listed at Para 1of Part II above. 3. Vendors will submit separately their organizations profile as under :- (a) Sales tax and Income tax registration number and Income Tax payee and sales Tax registration certificate of the vendor. (b) Documents supporting the registration of the firm. (c) Turnover of the firm for the last three years. (d) Profile of the company/vendor and OEM /authorized dealership certificate. (e) List of similar projects executed by the firm showing the size, cost and technical details of each project. (f) ISO Certificate of the principal vendor. 4. OEM certificate given as per Appendix ‘A’. 5. Technical compliance as per format at Appendix ‘B’. 6. Malware/Vulnerability and Malicious Code Certificate as per Appendix ‘C’. 7. Tender Conditions Acceptance Letter as per Appendix ‘D’. 8. Sovereign Govt Non Ban Certificate as per Appendix ‘E’. 9. Product Country of Origin Certificate as per Appendix ‘F’. 10. Additional Charges/Discounts as per Appendix ‘G’. 11. Additional Information of Taxes and Duties as per Appendix ‘H’. 9. Instructions for Online Bid Submission Instructions as per Appendix ‘J’. 10. List of documents to be submitted as per Appendix ‘K’. 11. Electronic Clearing Services (ECS) as per format as per Appendix ‘L’. 12. Confidentiality certificate as per format as per Appendix ‘M’. 13. List of Station/ Establishment equipments required to be installed as per Appendix ‘N’.
81
Date : Signature of Authorised Signatory Company’s Seal
14. Certificate of Completeness as per format as per Appendix ‘O’. 15. Comprehensive repair and maintenance philosophy for equipment is as per Appendix ‘P’. Note:- The vendor will submit their technical and commercial bids in the original tender document in duplicate (including its appendices). The original copy should be attached and the other can be photocopy. If the original tender enquiries along with its appendices are not forwarded then submitted tender would be rejected. All the bids are required to be given on the forms attached in original.
82
Date : Signature of Authorised Signatory Company’s Seal
Appendix ‘L’ (Ref to Para 4 (g) of Part II of RFP)
ELECTRONIC CLEARING SERVICE (CREDIT CLEARING)/E-PAYMENT (To be submitted in duplicate)
MODEL MANDATE FORM INVESTOR/CUSTOMERS OPTION TO RECEIVE PAYMENTS THROUGH ____CREDIT CLEARING MECHANISM _________________________________________SCHEME NAME AND THE PERIODICITY OF PAYMENT_________________________ 1. Credit Clearing Mechanism :-
S/No Particulars To be filed by vendors
(a) Customer Name
(b) Particular of Bank Account
(i) Bank Name
(ii) Branch Name
(iii) Address
(iv) Telephone No
(v) IFS Code
(vi) 9 digit Code No of the Bank and Branch appearing on the MICR Cheque issued by the bank
(vii) Account type (SB account/current Account or Cash Credit) with Code /10/11/13
(viii) Ledger No
(iv) Ledger Folio No
(x) Account Number as appearing on Cheque book
(c) PAN No
(d) Vendor Regn No, where applied Items
(e) Date of effect
2. Please attach a blank cancelled cheque, or photocopy of a cheque or front page of your savings bank passbook issued by your bank for verification of the above particulars. 3. Date of Effect I hereby declare, that the particular given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution responsible, I have read the option invitation letter and agree to discharge the responsibility expected of me as participant under the scheme. Certified that the particulars furnished above are correct as per our records.
83
Date : Signature of Authorised Signatory Company’s Seal
Appendix ‘M’ (Ref Part II, Para 4 (h) of RFP)
CONFIDENTIALITY CERTIFICATE It is certified that the Company or any representative of the Company or Agents authorized by the Company will not disclose any information gained by them or their representative or Agents, while interacting with the persons of the Headquarters 31 Sub Area/ 124 Inf Bn (TA) SIKH, c/o 56 APO, or any other office of the Headquarters 31 Sub Area/ 124 Inf Bn (TA) SIKH c/o 56 APO, or any documents prepared in connection with the project or any documents received by them or any study carried out by them, directly or indirectly to any person or Company or institution or Press. Any violation therein may be considered as a violation of Indian Official Secret Act 1923.
84
Date : Signature of Authorised Signatory Company’s Seal
Appendix ‘N’
LIST OF STATION/ESTABLISHMENT SYSTEM REQUIRED TO BE INSTALLED
S. No Station/ Establishment
Qty Remarks
1. Pattan Garrison 02
2. Uri Garrison 02
3. Kitchama Garrison 02
4. BB Cantt North of NH 06
5. BB Cantt S of NH 02
6. Haft Chinar 01
7. Tattoo Ground Garrison 01
8. Khundru 01
9. Khunmuh 01
10. Khreuh 01
11. Chakkigam 01
12. Sonamarg 01
Total Qty 21
85
Date : Signature of Authorised Signatory Company’s Seal
Appendix ‘O’ (Ref to Para 19 of Part IV of RFP)
CERTIFICATE OF COMPLETENESS OF ITEMS It is certified that the functional requirements for execution of the project for
“Procurement of UNDER VEHICLE SCANNER at HQ 15 CORPS ZONE” have been clearly
understood and all deliverables being asked for by the purchaser are sufficient and complete in
all respects.
86
Date : Signature of Authorised Signatory Company’s Seal
Appendix ‘P’ (Ref to Para 32 of Part IV of RFP)
COMPREHENSIVE REPAIR AND MAINTENANCE PHILOSOPHY FOR REPAIR AND MAINTENANCE
1. The vendor should be able to provide comprehensive maintenance support to equipment, incase, AMC is done for seven years from the date of acceptance. The maintenance and repair will be carried out during warranty period free of cost and thereafter through a comprehensive maintenance contract, which would be undertaken between the supplier and the purchaser during the pendency of warranty period. During warranty period if a fault occurs, it will be repaired by the vendor free of cost. The first maintenance contract will be for a period of three years and payment on half yearly basis will be made on receipt of user certificate of satisfactory service. After three years, maintenance contract may be renewed on the sole discretion of the purchaser. The supplier will ensure that servicing facility and adequate spares are available for repair of equipment for a minimum period of ten years from the date of acceptance. 2. Any Repair/Maintenance required to the system will be done on-site. 3. Spares. All critical spares shall be stocked by the vendor so as to ensure an uptime of 95%. 4. During warranty period if the Items or any other subsystem/accessory or items including any breaks/other defaults is down beyond 24 hours, penalty will be charged or recovered out of the Bank Guarantee held towards warranty.
(a) Penalty Conditions during Warranty. The systems should fulfil the following
conditions during the warranty and subsequent AMC:-
(i) Any failure in the system or a subsystem thereof should be rectified within a
maximum period of 24 hours of lodging a complaint.
(ii) Catastrophic Failure. This constitutes the complete failure of the entire
system (Server & Software, Backup Power Supply etc). Vendor will be charged a
penalty of Rs 2000/- per day beyond 24 Hrs of Restoration Time or part
thereof.
(ii) Other Failures. This constitutes any failure of a subsystem viz,
Switches, Palm Vein Readers, Sensors, etc., wherein does not affect other
equipment in their functioning. Vendor will be charged a penalty of Rs 500/- per
day per subsystem beyond 24 Hrs of Restoration Time or part thereof.
(iii) Any system failing at subsystems level three times within a period of three
months or displaying chronic faulty behaviour a malpractice or manufacturing
defects or quality control problems will be totally replaced by you at your risk and
cost within 30 days of being intimated.
87
Date : Signature of Authorised Signatory Company’s Seal
(b) Software updates. You will guarantee provision of all software updates,
depending upon the option to be exercised by the user, for a period of one year after
expiry of warranty period on chargeable basis. However, if the upgrade is free from
O.E.M, the same will be passed to the user free of cost.
5. In case the breakdown continues for more than seven working days, the Customer has the option to get it repaired/rectified from any suitable agency at the risk and cost of vendor, which will be deducted from the Bank Guarantee due to vendor in addition to the penalty as above. 6. The above mentioned penalties would be applicable during warranty period and during AMC period also and would be deducted from the balance payment or assurance cum performance bank guarantee during warranty period and from the annual maintenance contract during post – warranty period or from any payment due from the purchaser to the supplier.