¦ÉÉ®úiÉ ºÉ®úeòÉ®ú government of india +iÆÉÊ®úiÉ … · advt. no....

52
¦ÉÉ®úiÉ ºÉ®úEòÉ®ú/GOVERNMENT OF INDIA iÉÊ®úIÉ Ê´É¦ÉÉMÉ/DEPARTMENT OF SPACE Ê´ÉGò¨É ºÉÉ®úɦÉÉ<Ç +Æ iÉÊ®úIÉ Eå òpù /VIKRAM SARABHAI SPACE CENTRE Êiɯû´ÉxÉÆ iÉ{ÉÖ ®ú¨É/THIRUVANANTHAPURAM – 695 022 Ê´ÉYÉÉ{ÉxÉ ºÉÆ . ´ÉÒBºÉBºÉºÉÒ/{ÉÒ/Ê´ÉYÉÉ{ÉxÉ/149/2015 ÊnùxÉÉÆ Eò 03.03.2015 ADVT. NO. VSSC/P/ADVT/149/2015 DT. 03.03.2015 ¦ÉÉ®úiÉ Eä ò ®úɹ]Å õ{ÉÊiÉ Eä ò ʱÉB iÉlÉÉ =xÉEòÒ +Éä ®ú ºÉä ´ÉÊ®ú¹` |ÉvÉÉxÉ, GòªÉ B´ÉÆ ¦ÉÆ b÷É®ú, Ê´ÉGò¨É ºÉÉ®úɦÉÉ<Ç iÉÊ®úIÉ Eå òpù (´ÉÒBºÉBºÉºÉÒ), Êiɯû´ÉxÉÆ iÉ{ÉÖ ®ú¨É ¨ÉÉä ½þ®ú¤ÉÆ nù ÊxÉÊ´ÉnùÉBÆ +ɨÉÆ ÊjÉiÉ Eò®úiÉä ½é þ: For & on behalf of the President of India, the Sr. Head Purchase & Stores, Vikram Sarabhai Space Centre (VSSC), Thiruvananthapuram invites Sealed Tenders for the following :- Gò¨É ºÉÆ . Sl. No. ÊxÉÊ´ÉnùÉ ºÉÆ Tender No. Ê´É´É®úhÉ /Description ¨ÉÉjÉÉ Qty. 01. 8061-2014-7141 [दो भाग दो भाग दो भाग दो भाग / TWO PART] 500KVA/400KW डजी सेट क आपूित , संःथापन, परण तथा उसे चालू करना Supply, installation, testing and commissioning of 500KVA/400KW DG set 1 सं ./No. 02. 4013-2014-6302 [दो भाग दो भाग दो भाग दो भाग / TWO PART] डोर एश असेस कशोल िसःटम आद का संःथापन तथा उह चालू करना (3 सामिमयां)। यौरे िनवदा के अनुसार Installation & Commissioning of Door Entry Access Control Systems etc. (3 items) Details as per Tender. 1 लॉट/Lot 03 4048-2014-6484 [दो भाग दो भाग दो भाग दो भाग / TWO PART] दो वष के िलए ित काय आधार पर पीसीय तथा पेरफेरल के खराबी-अनुरण क दर का िनयतन Fixation of Rates for Breakdown Maintenance of PCs and Peripherals on per Job basis for two years 4 मद / Items. 04. 4074-2014-7523 [एकल भाग एकल भाग एकल भाग एकल भाग / SINGLE PART] ईडएम होल सलंग मशीन क आपूित , संःथापन तथा कमीशिनंग। Supply, Installation and Commissioning of EDM Hole Drilling Machine 1 सं ./No. नोट:- विनदशन तथा वःतृत िनबंधन एवं शत िनवदा दःतावेज़ के अनुसार Note :- Specification and detailed terms & conditions as per Tender document

Upload: others

Post on 13-Feb-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

  • ¦ÉÉ®úiÉ ºÉ®úEòÉ®ú/GOVERNMENT OF INDIA +ÆiÉÊ®úIÉ Ê´É¦ÉÉMÉ/DEPARTMENT OF SPACE

    Ê´ÉGò¨É ºÉÉ®úɦÉÉ

  • ÊxÉÊ´ÉnùÉ ¶ÉÖ±Eò / Tender Fee Rs.Rs.Rs.Rs. 227/- ÊxÉÊ´ÉnùÉ ¡òÉì̈ ÉÇ VÉÉ®úÒ Eò®úxÉä EòÒ +ÆÊiÉ¨É ÊiÉÊlÉ Last Date for issue of Tender Forms

    06/04/2015 16.00 ¤ÉVÉä iÉEò/up to 16:00 Hrs.

    ÊxÉÊ´ÉnùÉ º´ÉÒEÞòÊiÉ EòÒ ÊxɪÉiÉ ÊiÉÊlÉ Due Date for Receipt of Tender

    07/04/2015 16.00 ¤ÉVÉä iÉEò/up to 16:00 Hrs.

    ÊxÉÊ´ÉnùÉ JÉÉä±ÉxÉä EòÒ ÊiÉÊlÉ / Tender Opening Date

    08/04/2015 10:00 ¤ÉVÉä/at 10:00 Hrs.

  • Note: -

    1. Full details and specifications of the items and general instructions to be followed regarding submission of tenders are indicated in the tender documents.

    2. Tender Documents can be downloaded from our websites and also be obtained

    from the following address on request and submission of tender fee:

    For Sl. No. 1 : Sr. Purchase & Stores Officer, Purchase Unit-I, Main Purchase, RFF Area, VSSC, ISRO Post, Thiruvananthapuram - 695 022, Ph: 0471-2563139/3523. For Sl. No. 2, 3 & 4 : Sr. Purchase & Stores Officer, Purchase Unit-II, AVN Purchase, ATF Area, VSSC, ISRO Post, Thiruvananthapuram - 695 022, Ph : 0471-2565141.

    While requesting for Tender Documents please indicate on the envelope as “Request for Tender Documents- Tender No……….. dt……………”.

    3. Tender Fee (Rs. 227/-) shall be paid in the form of CROSSED DEMAND DRAFT

    ONLY. Other mode of payment is not acceptable. The Demand Draft should be in favour of : Sr. Accounts Officer, Main Accounts, VSSC (for item under Sl. No. 1), Sr. Accounts Officer, AVN Accounts, VSSC (for items under Sl. No. 2, 3 & 4) payable at State Bank of India, Thumba Branch, Thiruvananthapuram – 695 022 [The tender fee is NON-REFUNDABLE]

    Government Departments, PSUs (both Central and State), Small Scale Industries units borne in the list of NSIC and foreign sources are exempted from submission of tender fee. Those who are coming under the above category should submit documentary evidence for the same.

    4. While submitting your offer, the envelope shall be clearly superscripted with

    Tender No. and Due Date and to be sent to the following address.

    For Sl. No. 1 : Sr. Purchase & Stores Officer, Purchase Unit-I, Main Purchase, RFF Area, VSSC, ISRO Post, Thiruvananthapuram - 695 022, Ph : 0471-2563139/3523. For Sl. No. 2, 3 & 4 : Sr. Purchase & Stores Officer, Purchase Unit-II, AVN Purchase, ATF Area, VSSC, ISRO Post, Thiruvananthapuram - 695 022, Ph : 0471-2565141.

    5. Quotations received after the Due Date/Time will not be considered. 6. VSSC, Thiruvananthapuram is not responsible for any postal delay/loss of

    documents in transit. 7. Sr. Head, Purchase & Stores, VSSC, Thiruvananthapuram reserves the right to

    accept or reject any/or all the tenders in part or full without assigning any reasons thereof.

  • Annexure I

    TECHNICAL SPECIFICATION

    DIESEL ENGINE

    Supply, Installation, Testing and Commissioning of 500 kVA 415V 0.8pf. Diesel Generator

    Set comprising of Diesel engine with all accessories, alternator with all accessories, control panel,

    acoustic enclosure and all other details described below as per relevant IS/BS/IEC

    specifications,emission & noise criteria as per Central pollution control board norms with its latest

    amendments, terms and conditions enclosed.

    A. ENGINE

    Diesel engine shall be of Cummins, Greaves, PERKINS, caterpillar&Volvo Penta make

    (DOS approved makes)and shall deliver sufficient BHP at full load at 1500 rpm for powering

    alternator of 500 kVA (400 kW at 0.8pf) and shall be preferably turbo charged after cooled type

    conforming to BS: 5514 with an overload capacity of 10% for one hour in any 12 continuous hours

    of operation. The engine shall be suitable for cold starting and shall be equipped with all

    accessories.

    The engine shall be complete with the following accessories:

    � Radiator with blower fan � Pipe couplings for engine cooling system piping � Paper element filters – fuel, lube oil and bypass � Fly wheel housing and flywheel with guard � Dry type air cleaners and vacuum indicators � Hospital type silencer � Stainless steel exhaust flexible bellows � Electric starter 24V DC � Battery charging alternator with built in regulator 24V DC � Thermostat valve for radiator � Digital electronic governor � Any other item not included/ specified but is a standard design of the manufacturer.

    Note:

    1. The radiator shall also be of the engine manufacture. 2. Installation and interconnection of exhaust pipe providing necessary support, fixtures

    heat resistant gasket etc. providing elsewhere to conform to the provisions of the

    Central Pollution Control Board. Minimum height of the exhaust should be 4.5 mtrs

    above the top roof level of the building.

    Engine instrument panel (Powercom monitor) shall consist of

    1. Starting switch with key 2. Lube oil pressure indicator 3. Lube oil temperature indicator 4. Water temperature indicator 5. Hour meter and RPM indicator 6. Idle and Run Control Switch

    All other required standard accessories/equipments.

  • B. ALTERNATOR

    Alternator shall be of DOS approved make such as Stamford-AVK, Crompton Greaves &

    Leroy Somer and a capacity of 500 KVA/400 KW at 0.8 pf continuous operation rating at

    1500rpm,self-excitedself-regulated brushless type with excited field controlled by a solid state

    voltage regulator, and regulation of +/- 1% of rated voltage. From no load to full load, class ‘F’ (or

    better) insulation, floor mounted, self-ventilated SPDP enclosure (IP: 23). Alternator shall be

    suitable for tropical climate and saline atmosphere and generally conforming to IS: 4722. Adequate

    size terminal boxes shall be provided for phase and for the neutral terminals. Maximum output

    voltage shall be 415 volts 3 phase 4 wire 50HZ with neutral terminals brought out for earthing. The

    alternator generally conform to BS 5000 / IS 4722 and having the following accessories.

    1. Winding temperature detectors 2. Bearing temperature detectors 3. Space heater with thermal cut off 4. RTD and BTD should be with necessary probes and electronics digital scanner system

    and annunciation devices, with alarm and indication of RTD and BTD conditions. The

    annunciation system shall be provided along with annunciation/meters/indications

    specified elsewhere in the specification.

    Note:

    1. The alternator should be capable of parallel operation with similar capacity DG sets. 2. The alternator should be capable of feeding rectifiers /SCR type UPS/Computer loads

    and non-linear loads etc.

    C. ACOUSTIC ENCLOSURE

    Outer body and doors are made up of 1.6mm thick (16G) CRCA sheet. The acoustic is

    composite in construction and is a fully assembled integral unit and provided with two 4’X36 W

    Tube lights for inside illumination. The acoustic enclosure parts will be powder coated after pre-

    treatment process.

    D. BASE FRAME

    The diesel engine and alternator shall be perfectly aligned and assembled, dynamically

    balanced on a sturdy, fabricated, welded construction, channel iron base frame. Base frame shall

    have lifting provisions and predrilled holes suitable for grouted foundation.

    E. FUEL TANK (In built)

    700Ltr Capacity inbuilt fuel tank with fuel level indicator, fuel inlet and outlet, necessary

    hose pipes etc.

    F. BATTERY with Charger - 1 SET

    Battery of required capacity with built in static charger with all interconnections shall

    supplied with suitable stand.

  • G. CONTROL PANEL

    Control panel shall be of front operated, cubicle type, free standing, floor mounting 1000 A

    MV panel controlled by 1000A ACB suitable for operation on 415V, three phase, 4 wire, 50Hz AC

    supply system and to withstand a short circuit level of 50KA rms symmetrical. The main body,

    structure, doors of control panel shall be fabricated out of 14 SWG CRCA sheet steel whereas the

    internal barriers may be fabricated with 16 SWG CRCA sheet. The panel shall be of dust and

    vermin proof construction with IP 53 degree of protection and suitable for installation on built up

    trench with the following facilities:

    a) Fire and corrosion resistant coating similar to VIPER FR-1101 (primer) & FR 1102 (paint) applied in two coats inside and powder coating outside.

    b) Fire retardant DMC/SMC fitting for opening around bus bar near the sectional barrier c) Facilities in the terminals to have direct termination with aluminium cables d) Shall have high mechanical and electrical strength e) Door interlocking facility f) Shall have fire barriers g) Switch body shall be made of fire retardant materials h) Shall be painted with heavy coat of anti corrosive paint i) Shall be mountable in any position in vertical plane for operation j) The electrical panel board should undergo the metal surface treatment through a 7 tank

    process system.

    Note:

    The electrical panel board should be fabricated in an ISO certified facility and they should

    be in possession of test Certificate issued by CPRI or any other national test house for the panels of

    similar capacity already fabricated by them for short circuit test and temperature rise test. The

    proposed panel should conform to the above fabrication standards.

    The Panel shall consists of the following:

    1000A 4 pole draw out type electrically operated ACB with neutral link – 1 NO

    I) METERING

    1. 1 No. Ammeter with CTs and selector switch for RYB phase 2. 1 No. Voltmeter O-500V with selector switch for RYB phase 3. 1 No. Frequency meter (digital type) 4. 1 No. DC ammeter for exciting current 5. 1 No. Power factor meter (digital type) 6. 1 No. Phase Sequence meter 7. 1 No. DC Ammeter for indicating battery charging current 8. 1 No. DC Voltmeter (0-50V) for showing battery voltage 9. 1 No. electronic Trivector meter. 10. 1 No. Electronic energy meter 11. Epoxy resin cast current transformers of suitable capacity, ratio, accuracy class shall be

    provided for metering and protection separately for the metering and protective devices

    stipulated below (vide IS 2705 with latest amendments)

    12. Voltmeter – DC exciting voltage

  • II)PROTECTIONS

    1. 1 No. microprocessor based Combined 3 element over current and earth fault relay with IDMTL characteristics.

    2. 1 No. Reverse Power Relay 3. 1 No. Restricted Earth Fault Relay 4. 1 No. Over voltage Relay 5. 1 No. Emergency stop push button shall be providedoutside the enclosure.

    III) INDICATION

    Multiple LED type indication shall be provided for the following:

    1. Generator ON 2. ACB ON 3. ACB OFF 4. ACB Spring charge 5. Trip circuit healthy 6. 24V DC Control supply ON

    Push Buttons

    a. Engine start b. Engine stop c. Fault accept/reset d. Speed raise e. Speed lower f. ACB close and trip g. Phase sequence check

    IV) ANNUNCIATIONS: 1 Set

    The annunciation panel shall have trip, alarm and visual indication features in the event of

    the following conditions:

    i) Low Lube oil pressure ii) High water temperature iii) Engine over speed iv) Earth fault v) Over current vi) Under voltage vii) Over Voltage viii) Winding temperature high ix) Bearing temperature high x) Reverse power

  • ANNEXURE II

    Installation, Testing and Commissioning of the proposed DG Set

    1. Positioning of Engine, alternator and accessories to the foundation (Foundation will be provided by department) and final alignment including erection of electrical panel and other

    associated accessories, interconnection of power and control cables up to the main control

    panel. It may be noted that the control panel has to be located 50-55M away from the DG set.

    Supply &laying of control cable, laying only of power cable is in the scope of the bidder. The

    required power cable will be supplied by the Dept. at free of cost.

    2. Installation and interconnection of exhaust pipe and thermal insulation with glass wool and aluminum cladding and positioning of silencer and other exhaust system inside the room.

    Providing necessary support fixtures and fasteners, heat resistant gasket etc; inside the

    building and providing exhaust stack with supporting structure as provided elsewhere to

    control the provisions of the pollution control board. The exhaust pipe exposed outside shall

    be given coating of heat resistant paint. Minimum height of the exhaust should be 4.5M

    above the top roof level of the building.

    3. Installation and interconnection of the fuel pipes with diesel engine and return lines and fixing control valve etc.

    4. Conducting and pre-commissioning functional and acceptance tests on complete system including the engine, alternator, panel etc., for all electrical mechanical and other functional

    parameters including over loading condition as per relevant IS/BS and other department

    specifications

    5. TRIAL RUN of the set and load test including over loading conditions for continuous 12 hours as all satisfactory results rendered in conformity with the relevant IS/BS. The

    equipment should be load tested continuously 12 hours on full load. Out of which one hour

    should be on over load. All consumables like diesel, lubrication oil etc and load shall be

    supplied by you. Please note that the above tests are in addition to the pre dispatch test to be

    conducted at your works and should be complete with control equipments with push button

    switches for the following operations in the control panel. Necessary visual indications shall

    also be provided wherever required.

    Note:

    a) Panel shall have adjustment knob for adjustment of RPM of DG set. b) Cable entry shall be suitable for 3R x 3.5 C x 240sq.mm. XLPE cable

    6. DG set without control panel shall be offered for 4 hours of routine test at various loads at your works. Control panel shall be offered for testing at the panel manufactures

    works. Manufactures type test certificates for engine and alternators should be

    submitted at the time of pre dispatch inspection. All required materials instruments

    tools etc; shall be provided by you.

    7. Supply and providing earthing stations (2 Nos GI earthing for Body and 2 Nos of copper plate earthing for neutral) and necessary interconnections as per IS 3043/1987 is

    in the scope of the department.

  • 8. The DG sets shall be tested with all required acceptance and commissioning tests in the presence of Engineer in charge after installation at site. Primary and secondary

    injection tests of the entire relay to be conducted at site before commissioning the DG

    sets and the test results shall be submitted after commissioning the DG set. Any other

    site test insisted by the CEA are also to be conducted.

    9. Foundation for the DG set will be made available by department as per drawing to be submitted by you. However, necessary foundation bolts as per requirement are to be

    provided by you.

    10. All minor civil works like chipping, cutting away and making of holes embedment of grouting of brackets etc are to be carried out by you.

    11. On placement of Purchase Order, the supplier shall furnish all the necessary drawings of DG set, Control panel etc. for Department’s approval.

    12. The following items shall be supplied along with the DG set 1. 4 sets of technical literature, maintenance manual and brochure of the Engine,

    Alternator and Panel.

    2. 6 sets of control and power circuit diagram. 3. List of essential spares. 4. DG Set of essential maintenance tools like grease gun and tool kit with Ratchet

    spanner sets, Torque wrenches, Allen keys special keys (if any) etc.

    13. The offer shall include provision for conducting all the routine tests in their works in the presence of Departmental Engineer.

    14. The DG set along with all the accessories shall be guaranteed for minimum period of 12 months from the date of commissioning.

    Terms and Conditions:-

    I. The 500kVA DG set is to be supplied at our site at VSSC, Thumba. II. The tenderers are requested to carefully go through all the technical specifications of

    tender and list out any deviations separately.

    III. The tenderers are requested to furnish the salient features of their offer in the enclosed compliance report without fail.

    IV. The tenderers shall furnish the un priced Bill of Quantities for supply and installation parts separately along with technical bid.

    V. The tenderers shall enclose all the relevant technical documents / literatures clearly marking the model quoted by them along with technical bid.

  • Annexure-III

    Makes of Components shall be as below

    (Other than specified above)

    1. Engine - Cummins, Greaves, PERKINS, caterpillar, Volvo Penta

    2. Alternator - Stamford-AVK, Crompton Greaves, Leroy Somer.

    3. Protective Relays - ASEA, ALIND, Brown Boveri, Easun,Siemens, Areva T&D, Jyothi, L&T, CSPC, Prok dv’s.

    4. Digital meters - Clectro systems, AE, L&T, Conzerv, GE Digital, CG Schlumberger, MECO, Rishab, Prok dv’s.

    5. Anti vibration mounts - Dunlop

    6. ACB s - L&T, Siemens, GE, Jyothi,, ABB, C&S, Schneider (Merlin-Gerin)

    7. Cable - Gloster, Rallison , Universal, Finolex, Torrent, Nicco, Havells, L&T ,Mysocables ,Q Flex , Anchor,

    RR Kabel, Rajnigandha cable, Standard AVOCAB,

    DarshanPlus, LAPP kabel, EON (INDO KOPP ), V-

    Guard .

  • COMPLIANCE REPORT (TECHNICAL & COMMERCIAL)

    500kVA DG Set for INSTEF

    Sl.No. Description Department Specification As per offer

    I Engine

    a. Make Cummins, Greaves, PERKINS, caterpillar,

    Volvo Penta

    b. Model To be specified by the bidder

    II Alternator

    a. Make Stamford-AVK, Crompton Greaves, Leroy

    Somer

    B, Model To be specified by the bidder

    c. Power output 500kVA, 415V, 3ph, 50Hz

    d. % Regulation ± 1% or better

    e. Insulation class F or better

    III Control Panel Control panel shall be fabricated using 14

    SWG CRCA sheet steel and shall contain

    1000Amps capacity ACB including all the

    accessories/metering and protection devices

    as mentioned in tender enquiry.

    IV Fuel tank Inbuilt fuel tank of 700 litres capacity

    V Battery Battery with built in static charger with

    suitable stand.

    VI Silencer Hospital type

    VII Installation, testing

    & commissioning

    As per the terms and conditions of

    department specification (The scope includes

    load testing for 12hrs including supply of

    load bank and all consumables)

    VIII Items to be

    supplied along with

    DG set

    1.Four sets of technical literature,

    maintenance manual of engine, alternator and

    control panel

    2. Six sets of control and power diagrams.

    3. List of essential spares.

    4. Essential maintenance tools like grease

    gun, toolkit with ratchet spanner sets, torque

    wrenches, allen keys if any etc.

    IX Guarantee Minimum 12 months from the date of

    commissioning.

    X Payment terms 80% of the supply value after the receipt of

    the item at site, balance 20% after successful

    installation, testing and commissioning.

    XI Delivery period 4 Months from the date of receipt of

    purchase order.

    XII Validity offer 120 days

    Signature of Tenderer with seal

  • SPECIAL CONDITIONS IN RESPECT OF TWO-PART TENDERS

    I. PART I - TECHNICAL AND COMMERCIAL BID (In duplicate) in one cover.

    Technical and commercial part should clearly indicate the technical details, scope of supply, payment terms, delivery terms. [FOB/FOR/Ex-Works] delivery period, taxes and duties. Warranty, guarantee, security deposit, performance bank guarantee, etc. under separate heads. Please note that the price should NOT be indicated in the Technical and Commercial Offer. Tender Fee, by way of Demand Draft should be enclosed with Technical Bid, failing which the offer will not be considered.

    Complete literature/leaflets/catalogues or brochures relevant to the offered models are to be enclosed with the Technical and Commercial Part of the Tender.

    The cover should clearly be super scribed “Technical and Commercial Bid”. The Tender Number - due Date and Time should also be indicated on the cover.

    II. PART II - PRICE BID in one cover:- Price alone should be indicated (in duplicate). Wherever installation/commissioning is involved,

    such charges may be indicated separately in the Price Bid. The cover should clearly be super scribed “Price Bid”. The Tender Number - Due Date and

    Time should also be indicated on the cover.

    III. The “Technical and Commercial Bid” and the “Price Bid” are to be in separate sealed covers and they should be put into a single envelope super scribed with the Tender Number, Due Date and Time. The cover thus prepared should be sent to the following address so as to reach us on or before the due date and time specified in the tender form.

    The Senior Purchase & Stores Officer Purchase Unit I, Main Purchase, RFF Area, VSSC, Trivandrum - 695 022

    IV. a) In a tender, either the Indian agent on behalf of the Principal / OEM or Principal / OEM itself can bid but both cannot bid simultaneously for the same item / product in the same tender.

    b) If an agent submits bid on behalf of the Principal / OEM, the same agent shall not submit a bid on behalf of another Principal / OEM in the same tender for the same item / product.

    V. Tenders may be hand delivered or sent by post or through couriers. Levels of responsibility and

    reliability among couriers with respect to the delivery to VSSC are not entirely satisfactory and tenderers shall therefore choose the couriers with particular case.

    VI. The offer should be valid for a minimum period of 120 days from the due date.

    VII. TENDER OPENING : The Technical and commercial Bid will be opened on the specified day and in case any further clarification/discussions are required, such clarifications/discussions shall be called for before opening the Price Bid.

    VIII. Late and Delayed Tenders will not be considered. Therefore, please ensure that your tender is

    posted well in time to reach us before the due date and time.

    IX. Tenders which are not prepared in terms of these instructions are liable to be rejected. X. Fax / e-mail offers shall not be considered for TWO PART BIDS.

    XI. All the pages of your offer should be signed / initialed by competent authority and affixed with your Company’s Seal.

    XII. Our enclosed standard terms and conditions (Form P003) shall also form part of this tender.

  • Form No. P003

    GOVERNMENT OF INDIA DEPARTMENT OF SPACE

    VIKRAM SARABHAI SPACE CENTRE

    PURCHASE UNIT I, MAIN PURCHASE, RFF AREA

    ISRO PO, Thiruvananthapuram – 695 022

    INVITATION TO TENDER

    To M/s. ………………………………… ………………………………………. Dear Sir,

    The Sr. Head, Purchase & Stores / Purchase Officer for and on behalf of the President of India (The Purchaser) invites sealed tender for the supply of stores detailed in the tender form here to annexed. The conditions of contract which will govern any contract made are printed on the reverse / enclosed. If you are in a position to quote for the supply in accordance with the stated requirements, please submit your quotation in the attached tender form. Your tender must reach us on or before the due date and time as indicated in the attached tender schedule.

    Yours faithfully,

    For and on behalf of the President of India (The Purchaser)

    INSTRUCTIONS TO TENDERS

    1. Tenders should be sent in sealed envelopes superscribing the relevant tender No. and the due date of opening.

    Only one tender should be sent in each envelope. 2. Late tenders will not be considered. 3. Sales Tax / VAT and / or other duties / levies where legally leviable and intended to be claimed should be

    distinctly shown separately in the tender. 4. As a Government of India Department this office is exempted from the payment of Octroi and similar local levies.

    Tenderers shall ensure that necessary exemption certificates are obtained by them from the Purchase Officer concerned to avoid any payment of such levies.

    5. a) Your quotation should be valid for 90 days from the date of opening of the tender. b) Prices are required to be quoted according to the units indicated in the annexed tender form. When quotations

    are given in terms of units other than those specified in the tender form relationship between the two sets of units must be furnished.

    6. Preference will be given to those tenders offering supplies from ready stocks and on basis of FOR destination / delivery at site.

    7. a) All available technical literature catalogues and other data in support of the specifications and details of the items should be furnished along with the offer.

    b) Samples if called for, should be submitted free of all charges by the tenderer and the Purchaser shall not be responsible for any loss or damage thereof due to any reason whatsoever. In the event of non-acceptance of tender will have to remove the samples at his own expense.

    c) Approximate net and gross weight of the items offered shall be indicated in your offer, if dimensional details are available the same should also be indicated in your offer.

    d) Specifications :- Stores offered should strictly conform to our specifications. Deviations, if any should be clearly indicated by the tenderer in their quotation. The tenderer should also indicate the Make / Type number of the stores offered and provide catalogues, technical literature and samples, wherever necessary along with the quotations. Test Certificate wherever necessary should be forwarded along with supplies. Whenever options are called for in our specifications, the tenderer should address all such options. Wherever specifically mentioned by us the tenderer could suggest changes to specifications with appropriate response for the same.

    8. The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right of acceptance

    of the whole or any part of the tender or portions of the quantity offered and the tenderer shall supply the same at the rates quoted.

    9. Corrections, if any must be attested. All amounts shall be indicated both in words as well as in figures. Where there is difference between amounts quoted in words and figures, amount quoted in words shall prevail.

  • 10. The tenderer should supply along with his tender, the name of his bankers as well as the latest Income-Tax clearance certificate duly countersigned by the Income-Tax Officer of the Circle concerned under the seal of his office, if required by the Purchaser.

    11. The Purchaser reserves the right to place order on the successful tenderer for additional quantity up to 25% of the quantity offered by them at the rates quoted.

    12. The authority of the person signing the tender, if called for should be produced.

    TERMS AND CONDITONS OF CONTRACT

    1. Definitions :- a) The term ‘Purchaser’ shall mean the President of India or his successors or assigns. b) The term ‘Contractor’ shall mean, the person, firm or company with whom or with which the Order for the

    supply of stores is placed and shall be deemed to include the Contractor’s successors, representatives, heirs, executers and administrators unless excluded by the contract.

    c) The term ‘Stores’ shall mean, what Contractor agrees to supply under the contract as specified in the Purchase Order including erection of plant and machinery and subsequent testing should such a condition be included in the Purchase Order.

    d) The term ‘Purchase Order’ shall mean, the communication signed on behalf of the Purchaser by an Officer duly authorized intimating the acceptance on behalf of the purchaser on the terms and conditions mentioned or referred to in the said communication accepting the Tender or offer of the Contractor for supply of stores or plant, machinery or equipment or part thereof.

    2. Prices Tenders offering firm prices will be preferred. Where a price variation clause is insisted upon by a tenderer, quotations with a reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at a time of tendering and also the formula for any such variations.

    3. Security Deposit On acceptance of tender, the Contractor shall, at the option of the Purchaser and within the period specified by him deposit with him in cash or in any other form as the Purchaser may determine security deposit not exceeding ten percent of the value of the contract as the Purchaser shall specify. If the Contractor is called upon by the Purchaser to deposit, ‘Security’ and the Contractor fails to provide the security with in the period specified, such failure shall constitute a breach of the contract and the Purchaser shall be entitled to make other arrangement for the re-purchase of the stores contracted for at the risk of the Contractor in terms of Sub-Clause (ii) and (iii) of clause 10(b) hereof and / or to recover from the Contractor damages arising from such cancellation.

    4. Guarantee and Replacement a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down,

    for material, workmanship and performance. b) For a period of twelve months after the acceptance of the stores, if any defects are discovered therein or any

    defects therein found to have developed under proper use, arising from faulty stores design or workmanship Contractor shall remedy such defects at his own cost provided he is called upon to do so within a period of 14 months from the date of acceptance thereof by the Purchaser who shall state in writing in what respect the stores or any part thereof are faulty.

    c) If in the opinion of the Purchaser, it becomes necessary to replace or renew any defective stores such replacement or renewal shall be made by the Contractor free of all costs to the Purchaser provided the notice informing the Contractor of the defect is given by the Purchaser in this regard within the said period of 14 months from the date of acceptance thereof.

    d) The Contractor fail to rectify the defects, the Purchaser shall have the right to reject or repair or replace at the cost of the Contractor the whole or any portion of the defective stores.

    e) The decision of the Purchaser not withstanding any prior approval or acceptance or inspection thereof on behalf of the Purchaser, as to whether or not the stores supplied by the Contractor are defective or any defects has developed within the said period of 12 months or as to whether nature of the defects requires renewal or replacement, shall be final, conclusive and binding on the Contractor.

    f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above, the Contractor shall, at the option of the Purchaser furnish a Bank Guarantee (as prescribed by the Purchaser) from a Bank approved by the Purchaser from an amount equivalent to 10% of the value of the contract along with first shipment documents. On the performance and completion of the contract in all respects, the Bank Guarantee will be returned to the Contractor without any interest.

    g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival of store at purchaser’s site.

    h) Even While the 12 months guarantee applies to all stores in case where a greater period is called for by our specifications then such a specification shall apply in such cases the period of 14 months referred to in para 4 (b) & (c) shall be asked for guarantee period plus two months.

    5. Packing, Forwarding & Insurance The Contractor will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or air to withstand transit hazards and ensure safe arrival at the destination. The packing and marking of packages shall be done by and at the expense of the Contractor. The Purchaser will not pay separately for

  • transit insurance all risks in transit being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually received in good condition in accordance with the contract.

    6. Despatches The Contractor is responsible for obtaining a clear receipt from the transport authorities specifying the goods dispatched. The consignment should be despatched with clear Railway Receipt / Lorry Receipt. If sent in any other mode it is at the risk of the Contractor. Purchaser will take no responsibility for short deliveries or wrong supply of goods when the same are booked on said to contain basis. Purchase shall pay for only such stores as are actually received by them in accordance with the contract.

    7. Test Certificate Whenever required, test certificates should be sent along with the despatch documents.

    8. Acceptance of stores a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by the

    Purchaser at the contractor’s own risk, expense and cost. b) It is expressly agreed that the acceptance of the stores contracted for is subject to final approval by the

    Purchaser, whose decision shall be final. c) If, in the opinion of the Purchaser all or any of the stores that do not meet the performance or quality

    requirements specified in the purchase order, they may be either rejected or accepted at a price to be fixed by the Purchaser and his decision as to rejection and the prices to be fixed shall be final binding on the Contractor.

    d) If the whole or any part of the stores supplied are rejected in accordance with Clause No. 8 (c) above the Purchaser shall be at liberty with or without notice to the Contractor, to purchase in the open market at the expense of the Contractor, stores meeting the necessary performance and quality contracted for in place of those rejected, provided that either the purchase or the agreement to purchase from another supplier is made within six months from the date of rejection of the stores as aforesaid.

    9. Rejected stores Rejected stores will remain at destination at the contractor’s risk and responsibility, if instructions for their disposal are not received from the Contractor within a period of 14 days from the date of receipt of the advice of rejection, the Purchaser or his representative has, at his discretion the right to scrap or sell or consign the rejected stores to contractor’s address at the contractor’s entire risk and expense Freight being payable by the Contractor at actuals.

    10. Delivery a) The time for and the date of delivery of the stores stipulated in the purchase order shall be deemed to be

    essence of the contract and delivery must be completed on or before the specified dates. b) Should the Contractor fail to deliver the stores or any consignment there of within the period prescribed for

    such delivery, the Purchaser shall be entitled at his option either. i. to recover from the Contractor as agreed liquidated damages and not by way of penalty, a sum of 0.5% per

    week subject to a maximum of 10% of the order value. or ii. to purchase elsewhere, without notice to the Contractor on the account and at the risk of the Contractor the

    stores not delivered or others of a similar description (where others exactly complying with the particulars, are not in the opinion of the Purchaser readily procurable, such opinion being final) without cancelling the contract in respect of the consignment (s) not yet due for delivery, or

    iii. to cancel the contract of a portion thereof and if so desired to purchase or authorize the purchase of stores not so delivered or others of a similar description (where others exactly complying with the particulars are not in the opinion of the Purchaser readily procurable such opinion final) at the risk and cost of the Contractor.

    In the event of action being taken under sub-clause (ii) & (iii) of clause 10 above, the Contractor, shall be liable for any loss which the Purchaser may sustain on that account, provided that the re-purchase, or if there is an agreement to re purchase then such agreements is made within six months from the date of such failure. But the Contractor shall not be entitled to any gain on such re-purchase made against default. The manner and method of such re-purchase shall be at the discretion of the Purchaser, whose decision shall be final. It shall not be necessary for the Purchaser to serve a notice of such re-purchase on the defaulting Contractor. This right shall be without prejudice to the right of the Purchaser to recover damages or breach of contract by the Contractor.

    11. Extension of time As soon as it is apparent that contract dates cannot be adhered to an application shall be sent by the Contractor to the Purchaser if failure, on the part of the Contractor to deliver the stores in proper time shall have arisen from any cause which the Purchaser may admit as reasonable ground for an extension of the time (and his decision shall be final) he may allow, such additional time as be considers it to be justified by circumstances of the case without prejudice to the purchaser’s rights to recover liquidated damages under clause 10 thereof.

    12. Erection of Plant & Machinery Wherever erection of a plant or machinery is the responsibility of the Contractor as per the terms of the contract and in case of Contractor fails to carry out the erection as and when called upon to do so within the period specified by the Purchaser, the Purchaser shall have the right to get the erection done through any source of his

  • choice. In such an event, the Contractor shall be liable to bear any additional expenditure that the Purchaser is liable to incur towards erection. The Contractor shall, however, not be entitled to any gain due to such an action by the Purchaser.

    13. Payment

    Contractor’s bill will be passed for payment only after the stores have been received, inspected and accepted by the Purchaser.

    14. Mode of payment Normally payment will be made for the accepted stores within 30 days from the date of receipt of the materials.

    15. Recovery of sums due Whenever any claim for the payment of whether liquidated or not, money arising out of under this contract against the Contractor, the Purchaser shall be entitled to recover such sum by appropriating. In part or whole the security deposited by the Contractor, if a security is taken against the contract. In the event of the security being insufficient or if no security has been taken from the Contractor, then the balance or the total sum recoverable, as the case may be, shall be deducted from any sum then due or which at any time thereafter may become due to the Contractor under this or any other contract with the Purchaser. Should this sum be not sufficient to cover the full amount recoverable, the Contractor shall pay to the Purchaser on demand the remaining balance due. Similarly, if the Purchaser has or makes any claim, whether liquidated or not, against the Contractor under any other contract with the Purchaser, the payment of all moneys payable under the contract to the Contractor including the security deposit shall be with-held till such claims of the Purchaser are finally adjudicated upon and paid by the Contractor.

    16. Indemnity The Contractor shall warrant and be deemed to have warranted that all stores supplied against this contract are free and clean of infringement of any Patent, Copyright or Trademark, and shall at all times indemnity the Purchaser against all claims which may be made in respect of the stores for infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk of accidents or damage which may cause a failure of the supply from whatever cause arising and the entire responsibility for sufficiency of all means used by him for the fulfillment of the contract.

    17. Arbitration In the event of any question, dispute or difference arising under these conditions or any conditions contained in the purchase order or in connection with this contract, (except as to any matter the decision of which is specially provided for by these conditions) the same shall be referred to the sole arbitration of the Head of the Purchase office or of some other person appointed by him. It will be no objection that the Arbitrator is a Government servant, that he had to deal with matter to which the contract relates or that in the course of his duties as Government servant he has expressed views on all or any other matters in dispute or difference. The award of the Arbitrator shall be final and binding on the parties of this contract. It is a term of this contract a) If the arbitrator be the Head of the Purchase Office (i) In the event of his being transferred or vacating his office by resignation or otherwise, it shall be lawful for his

    successor-in-office either to proceed with reference himself, or to appoint another person as Arbitrator, or (ii) In the event of his being unwilling or unable to act for any reason, it shall be lawful or the Head of the

    Purchase Office to appoint another person as arbitrator, or b) If the arbitrator be a person appointed by the Head of the Purchase Office in the event of his dying, neglecting

    or refusing to act or resigning or being unable to act, for any reason it shall be lawful for the Head of the Purchase office either to proceed with the reference himself or appoint another person as arbitrator in place of the outgoing Arbitrator.

    Subject as aforesaid the Arbitration and Conciliation Act 1996 and the rules thereunder and any statutory modifications there of for the time being in force shall be deemed to apply to the arbitration proceedings under this Clause. The Arbitrator shall have the power to extend with the consent of the Purchaser and the Contractor the time for making and publishing the award. The venue of arbitration shall be the place as Purchaser is his absolute discretion may determine. Work under the contract shall, if reasonably possible continue during Arbitration proceedings.

    18. Counter Terms and Condition of Suppliers Where counter terms and conditions / printed or cyclostyled conditions have been offered by the supplier, the same shall not be deemed to have been accepted by the Purchaser, unless specific written acceptance thereof is obtained.

    19. Security for Purchaser’s Materials Successful tenderer will have to furnish in the form of a bank guarantee or any other form as called for by the Purchaser towards adequate security for the materials / property provided by the Purchaser for the due execution of the contract.

  • Pa

    ge1

    ANNEXURE-I

    Vendor qualification criteria

    • The bidder should be an established System Integrator with experience in works of similar nature for the last three years.

    • Vendor must be a recognized company registered under Indian Company Act-1956with majority Directors with Indian nationality and have been in existence

    for a minimum of three years prior to date of issue of this tender, with

    experience as mentioned above.

    • Vendor should have backend support from OEM during warranty and post warranty period. Vendor’s association with OEM should be clearly brought out

    with documentary evidences for readers/sensors, EM locks, softwares,etc.

    • Finger print based biometric with smart card (Mifare classic) based ACS for IN & OUT at door entry access control ( using EM Lock ) for employees and non-

    employees.

    Specifications of Door entry Access control system

    Biometric type Finger print

    Sensor Type Optical ( Minimum 500 dpi)

    Finger print sensor Sagem/Suprema/Secugen

    CPU Minimum 32 bit

    Keypad Keypad for PIN entry.

    Smart card and Biometric reader

    Reader shall read 13.56 MHz contactless

    smart cards - Mifare Card (ISO 14443

    compliant) with dual key authentication

    ( Both Key A and B of Mifare architecture )

    and to read the Biometric template in the

    native format for local Employee and ISO

    19794 Format for authenticated employee of

    other centre/unit

    Compatibility Shall support Mifare 4K cards.

    Storage capacity Minimum 9500 finger print template storage

    capacity

    Protection of transaction data

    In case memory is full, the reader shall

    disable further transactions to protect

    transactions data. Message shall be displayed

    on reader.

  • Pa

    ge2

    Smart card operating Range

    Minimum 1 cm and to accommodate +/- 30

    deg elevation error during presentation by the

    user.

    Audio/Visual Indicators

    Audio-visual indications for valid entry,

    invalid entry and any error. Alarm shall be

    audible in outdoor conditions.

    Local & remote admin

    The reader shall support local and remote

    administration and maintenance through

    network.

    Real Time Clock (RTC)

    RTC with battery backup. Reader RTC time

    shall be synchronized with server time.

    Operation Modes

    Shall support (Finger + Smart card), (Finger

    + Smart card + PIN), (Finger + PIN), (Smart

    Card + PIN), Finger only, Smart Card only

    for single / multiple user/s., Standalone &

    proxy/ slave modes

    Display

    Sufficient size of LCD/TFT display to show

    day, date & time by default. To display the

    details of valid / invalid entry with name and

    employee ID at the time (24 Hrs. Format) of

    card flashing.

    Transaction time Less than one second for 1:1 biometric

    verification.

    Transaction capacity Minimum 50,000 events

    Interfaces Ethernet, RS232, RS485, Weigand ,USB

    Optional : WiFi, POE.

    Data & time retention

    In case of power failure, the data retention to

    be provided using flash memory and the Real

    Time Clock of the unit should be retained

    with current date and time.

    Actuators To handle EM lock

    Certification UL/CE or STQC certified

    Operating temperature & relative

    humidity

    0o to 50

    o C, 10% to 90% non-condensing

    Sensor sensing conditions Should be capable for reading finger in dry

    and wet

    Power requirement 230 VAC 50 Hz with suitable power adapter

  • Pa

    ge3

    EM lock for Single door with Exit switch

    Holding Force 600 lbs. minimum

    Protection level Flame tamper proof

    Operating voltage

    Dual voltage selectable (12 VDC or 24

    VDC)

    Mode Automatic release by powering off

    Features

    Built-in Door Status sensor with voltage

    spike suppressor

    Certification UL/CE or STQC certified

    Mounting Accessories

    EM Lock shall be supplied with all

    required accessories for mounting on a

    single door

    Material

    Casing with anti rust surface treatment &

    Anti-tamper jam nuts

    LED indication

    RED/GREEN LED indication for EM

    lock status

    Emergency Exit switch

    Exit switch with glass enclosure with

    mechanism to open the doors from inside

    in case of emergency situations and reader

    failure.

    Temperature & Relative humidity 0

    o to 55

    o C, 10% to 95% non-condensing

    EM lock for Double door with Exit switch Holding Force 600 lbs. minimum x 2 for dual doors

    All other specifications as per EM lock for single door with exit switch

    ACS software

    All Transactions that occur at door entry access control shall be logged in flash

    memory of respective readers as event with transaction data. Transaction data which

    include date, time, ID of employee/non-employee/visitor, reader ID, direction of

    movement (IN/OUT), transaction ID and error code/status shall be transferred to

    server in real time through network.

  • Pa

    ge4

    Biometric enrolment, smart card personalization and authentication

    software for entrants 1. SDK for the reader. Documentation of libraries for the API. Linux or

    windows support. Configuration over TCP/IP should be supported. The

    reader command set should support software to

    a. Add, remove, and modify user records in the database of the

    reader.

    b. Modify reader configuration parameters.

    c. Access of import reader event logs in real time.

    The SDK should be comprehensive enough to enable VSSC to migrate

    existing user database (with finger print records) to the reader and set

    access rights to these users.

    2. Reader should support storing user finger print records in ISO format, in

    case only native format is supported, the SDK should provide the

    software support to convert ISO to native reader format.

    Administration & Maintenance software Administrative software shall provide tools for :

    a) Role based login creations and assigning privileges b) Authorize and blocking the access and movement of personnel at door entry

    access control.

    c) To set reader / location wise access permission d) To view access control report of Entrants e) To authorize VMS, ACS complaints, Administrator for the door entry Access

    control.

    1

    Software shall define a set of rights that may be associated with an individual or

    group of individuals.

    2

    Software shall provide health monitoring of different hardware components like

    readers, EM locks, network components, etc. In case of failure of any

    component, pop-up screen shall be generated with relevant details on virtual

    location map.

    3 Details of break-down and preventive calls shall be generated

    4

    Event logs on data upload/download, backups, scheduled scripts or any other

    event in the system shall be made available.

    5

    Provision for displaying raw data captured for employees and non-employees

    from the selected or all reader/s should be provided to administrators.

    6

    Any loss of communication should be logged as event providing details of

    reader ID, date & time and nature of failure.

    7 Door open time at door entry access control shall be logged and alerted when

    door is left opened for long duration. ( User defined )

  • Pa

    ge5

    8

    The system shall cater to various reports for trouble shooting and performance

    monitoring. The performance logs shall be generated catering to diagnostics of

    the system (ACS Hardware).

    System integration requirements

    1

    EM lock should provide emergency exit with adequate instruction of safety

    warning. Location of exit switch should be placed appropriately for access

    during emergency.

    2

    Design of the system shall ensure reliability and minimum down time of the

    system. Single point failure like server, database or network should not bring

    down the basic operation of ACS system.

    Acceptance Test Plan ( ATP )

    Acceptance Test will be conducted only after successful installation and

    uninterrupted operation of the entire system at site for minimum period of 15

    days.

    Warranty

    1

    Vendor shall provide on-site FIVE YEARS comprehensive warranty i.e. one

    year free warranty and paid warranty from 2nd

    year to 5th

    year for the ACS

    installed at door entry.

    2 Warranty will be in effect from the date of acceptance of entire system.

    3

    Warranty shall include preventive & unlimited break-down maintenance calls

    including repair/replacement of material, spares, modules, software, etc.

    4

    During five year warranty, ACS system shall be maintained with minimum 95%

    up-time.

    5 In case of any breakdown/malfunctioning of hardware, etc., the relevant defect

    should be rectified within one day.

    6

    Vendor shall supply replacement of spare/item of same make and model against

    faulty component during warranty. In case the manufacturer discontinues any

    model, vendor shall supply spare/item with higher model of supplied make with

    better specifications at no extra cost and ensure that it gets integrated within the

    system.

    7 Vendor shall upgrade software or firmware of any part of ACS system or bug-

    fixing if required free of cost during warranty period.

    8 Vendor shall provide preventive maintenance schedule and maintain

    accordingly.

    9 Vendor shall carry out alignment of doors at buildings and laboratories for

    proper functioning of EM locks as and when required.

    10 During warranty, installation, re-deployment / shifting of any equipment or item

    shall be carried out free of cost as and when required.

    11 Any item shall be added / deleted from warranty on pro-rata basis.

  • Pa

    ge6

    12

    Emergency services shall be provided by vendor during off-office hours and

    holidays, whenever required at a very short notice, without any extra payment.

    If required, additional qualified engineer and senior engineers should be

    deployed.

    13

    Service engineers shall perform:

    a. Preventive and break down maintenance of the system. b. Management of the spare parts, materials and consumables. c. Periodical database back-up and preparation of weekly, monthly and

    quarterly report on system performance in prescribed format.

    d. Any other related work assigned from time to time

    14

    The deputed engineers should be on payroll (bona-fide employees) of Vendor

    and due Police Clearance Certificate (PCC) must be obtained for each vendor

    employee.

    15 Vendor should provide contact details of service engineer like address, landline

    phone numbers, fax numbers, mobile numbers, etc.

    16

    DOS/ISRO reserves right to disqualify any engineer deputed, for various

    reasons like technical incompetence, indiscipline, irregularity, insincerity,

    disobedience, doubtful credentials/ integrity, etc.

    17

    Vendor shall provide 10 % bank guarantee towards entire extended warranty

    period of five years.

    Training

    1 Vendor shall impart operation training for two days at least to ten employees.

    2

    Training should include documentation required for understanding the system,

    its working concepts and basic trouble shooting guidelines. Training shall be

    part of integration and acceptance of the system.

    Documentation

    1

    Vendor shall submit documents for understanding, operation and maintenance

    of entire system. All the documents shall be provided in CD media in two

    copies.

    Deviation

    Vendor should provide the information about the deviations in technical

    specifications or terms & conditions. DOS/ISRO may or may not accept the

    deviation. Vendor offer shall be rejected without asking for any clarification if

    any one or more deviations are not acceptable to DOS/ISRO.

    Terms and conditions

    1

    Vendor may visit site to assess the total requirement before bidding with prior

    intimation to purchase department. Electrical points and network points

    provided by VSSC

    2

    Vendor shall quote make and model of each item along with technical

    datasheet/literature highlighting the compliance to specifications.

    3

    Vendor shall provide site requirements, power supply & environmental

    requirements, accessories requirements for each door entry ACS. This is

    required for pre preparation work for ACS installation.

  • Pa

    ge7

    4

    Vendor shall carry out related civil and finishing work after completion of the

    installation. Vendor shall maintain the aesthetics of building and other places.

    5

    Purchase order will be placed to a single vendor for all the items and will not be

    split considering seamless integration.

    6

    Non compliance of specification of any item or terms & conditions, will reserve

    right to accept or reject the offer.

    7 NON-DISCLOSURE AGREEMENT (NDA) :Personnel deputed by vendor shall maintain absolute secrecy and security of the ACS data stored on

    various computing systems at DOS/ISRO. The data / information provided by

    DOS/ISRO from time to time, are for the execution of this work only; and

    should not be used / copied / reproduced / published in any form or disclosed to

    third party, by vendor or their personnel. Thus, vendor is required to sign a

    Non-Disclosure Agreement (NDA) with DOS/ISRO. Vendor will also be

    responsible for any violation or infringement of NDA by their personnel.

    8 Network sockets and power sockets required for ACS location will be provided

    by VSSC

  • Annexure II

    Purchase Terms

    1. Our normal payment term is Sight Draft / by within 30 days after receipt

    and acceptance. Please confirm acceptance in your quote.

    2. Specify name of Indian Agent and percentage of Agency commission, if any.

    SPECIFIC TERMS AND CONDITIONS TO TENDERERS

    1. Sales Tax: The facility of Inter-State purchase by Government Department

    against Form-D stands withdrawn w.e.f 01.04.2007. As such, please indicate

    the applicable CST/VAT.

    2. Excise Duty: We are completely exempted from payment of Excise Duty in

    terms of Notification No.10/97-CE Dt.01.03.97 as amended by Notification

    No. 16/2007 Central Excise Dt.01.03.2007. The necessary ED Exemption

    Certificate shall be provided by VSSC for availing exemption. Tenderers

    are requested to take note of the ED exemption available to ISRO/VSSC and

    accordingly submit the offer without ED element.

    3. Customs Duty: - We are completely exempted from payment of Customs

    Duty in terms of Notification No.12/2012-Cus dated 17.03.2012 The

    necessary Customs Duty Exemption Certificate shall be provided by

    VSSC for availing CD Exemption. Tenderers are requested to take note of the

    CD Exemption available to ISRO/VSSC and accordingly submit the offer

    without CD Element.

    4. Where an agent participate in a tender;

    (a) Either the Indian agent on behalf of the Principal/OEM or Principal/OEM

    itself can bid but both cannot bid simultaneously for the same

    item/product in the same tender.

    (b) If an agent submits bid on behalf of the Principal/OEM, the same agent

    shall not submit a bid on behalf of another principal/ OEM in the same

    tender for the same item/product.

    5. VSSC has a right to cancel the tender without assigning any reason etc.

    6. In order to avail the benefits extended by Govt. of India to the Micro and

    Small Sectors, please submit attested copy of the valid Entrepreneur

    Memorandum Part II signed by the General Manager, District Industries

    Centre or NSIC Registration Certificate along with your offer, if applicable.

  • SPECIAL CONDITIONS IN RESPECT OF TWO-PART TENDERS

    I. PART I - TECHNICAL AND COMMERCIAL BID (In duplicate) in one cover.

    Technical and commercial part should clearly indicate the technical details, scope of supply, payment terms, delivery terms. [FOB/FOR/Ex-Works] delivery period, taxes and duties. Warranty, guarantee, security deposit, performance bank guarantee, etc. under separate heads. Please note that the price should NOT be indicated in the Technical and Commercial Offer. Tender Fee, by way of Demand Draft should be enclosed with Technical Bid, failing which the offer will not be considered.

    Complete literature/leaflets/catalogues or brochures relevant to the offered models are to be enclosed with the Technical and Commercial Part of the Tender.

    The cover should clearly be super scribed “Technical and Commercial Bid”. The Tender Number - due Date and Time should also be indicated on the cover.

    II. PART II - PRICE BID in one cover:- Price alone should be indicated (in duplicate). Wherever installation/commissioning is involved,

    such charges may be indicated separately in the Price Bid. The cover should clearly be super scribed “Price Bid”. The Tender Number - Due Date and Time

    should also be indicated on the cover.

    III. The “Technical and Commercial Bid” and the “Price Bid” are to be in separate sealed covers and they should be put into a single envelope super scribed with the Tender Number, Due Date and Time. The cover thus prepared should be sent to the following address so as to reach us on or before the due date and time specified in the tender form.

    The Senior Purchase & Stores Officer Purchase Unit II, AVN Purchase, ATF Area, VSSC, Trivandrum - 695 022

    IV. a) In a tender, either the Indian agent on behalf of the Principal / OEM or Principal / OEM itself can bid but both cannot bid simultaneously for the same item / product in the same tender.

    b) If an agent submits bid on behalf of the Principal / OEM, the same agent shall not submit a bid on behalf of another Principal / OEM in the same tender for the same item / product.

    V. Tenders may be hand delivered or sent by post or through couriers. Levels of responsibility and

    reliability among couriers with respect to the delivery to VSSC are not entirely satisfactory and tenderers shall therefore choose the couriers with particular case.

    VI. The offer should be valid for a minimum period of 120 days from the due date.

    VII. TENDER OPENING : The Technical and commercial Bid will be opened on the specified day and in case any further clarification/discussions are required, such clarifications/discussions shall be called for before opening the Price Bid.

    VIII. Late and Delayed Tenders will not be considered. Therefore, please ensure that your tender is

    posted well in time to reach us before the due date and time.

    IX. Tenders which are not prepared in terms of these instructions are liable to be rejected. X. Fax / e-mail offers shall not be considered for TWO PART BIDS.

    XI. All the pages of your offer should be signed / initialed by competent authority and affixed with your Company’s Seal.

  • ������������

    ���������������������������������������

    ������������������������

    �����������������������������

    ���������������������������� �!"#�$$��

    �������������������

    ���� �%&��'''''''''''''�� '''''''''''''''����(���������

    ��(� ���� )(�*�� ���+��&(� ,� ����(&� %� ���+��&(� �--�+(�� -��� ��*� ��� .(��/-� �-� ��(� ��(&�*(��� �-� ��*��� 0��(����+��&(�1������(&�&(�/(*��(�*(��-�����(�&���/2��-�&���(&�*(���/(*������(��(�*(��-�����(�(�������(3(*�����(�+��*�����&��-�+�����+��4��+��4�//�5��(�����2�+�����+����*(���(������(*������(��(�(�&(�%�(�+/�&(*����-�2�����(��������&���������6���(�-�����(�&���/2�����++��*��+(�4������(�&���(*��(6���(�(��&���/(�&(�&�.����2����6��������������(�����+�(*��(�*(��-������� 7�����(�*(����&���(�+���&�������.(-��(���(�*�(�*��(���*����(��&���*�+��(*������(�����+�(*��(�*(��&+�(*�/(���

    7���&�-����-�//2����

    ������*����.(��/-��-���(���(&�*(����-���*���0��(����+��&(�1�

    �����������������������

    �8� �(�*(�&�&���/*�.(�&(������&(�/(*�(��(/��(&�&��(�&+��.��5���(��(/(������(�*(��������*���(�*�(�*��(��-���(���5���

    ��/2���(��(�*(��&���/*�.(�&(������(�+��(��(/��(��$� 9��(��(�*(�&�4�//�����.(�+��&�*(�(*��

    � ��/(&� ��3� %� ��� ��*� %� ��� ���(�� *���(&� %� /(��(&� 4�(�(� /(5�//2� /(���./(� ��*� ���(�*(*� ��� .(� +/���(*� &���/*� .(�

    *�&���+�/2�&��4��&(�����(/2������(��(�*(���:� �&������(���(����-���*����(�����(������&��--�+(��&�(3(���(*�-������(���2�(����-��+�������*�&���/���/�+�/�/(��(&���

    �(�*(�(�&� &��//� (�&��(� ����� �(+(&&��2� (3(������� +(���-�+��(&� ��(� �.����(*� .2� ��(�� -���� ��(� ���+��&(��--�+(��+��+(��(*��������*���2���2�(����-�&�+��/(��(&��

    #� �1��7����6���������&���/*�.(���/�*�-���"�*�2&�-������(�*��(��-���(���5��-���(��(�*(���.1�����+(&���(��(6���(*����.(�6���(*��++��*��5������(�����&���*�+��(*������(����(3(*��(�*(��-������;�(��6��������&�

    ��(�5��(������(��&��-�����&����(����������&(�&�(+�-�(*������(��(�*(��-�����(/�����&����.(�4((����(��4��&(�&��-�����&���&��.(�-����&�(*��

    !�� ���(-(�(�+(�4�//�.(�5��(�� ��� ���&(� �(�*(�&��--(���5�&���/�(&� -���� �(�*2�&��+�++(����+(��-��(�*(��4�//����(�����(���(���(�&���/(&������&��4��(3�(�&(��

    ��������+1� ������3����(��(����*�5��&&�4(�5����-� ��(� ��(�&��--(�(*�&��//�.(���*�+��(*� ���2�����--(��� �-�*��(�&����/�*(���/&���(�����/�./(���(�&��(�&���/*��/&��.(���*�+��(*����2�����--(���

    ��������*1� � ��(+�-�+�����&� ?>� � ����(&� �--(�(*� &���/*� &���+�/2� +��-���� ��� ���� &�(+�-�+�����&�� ��(�������&�� �-� ��2� &���/*� .(�+/(��/2���*�+��(*�.2���(��(�*(�(�������(���6�������������(��(�*(�(��&���/*��/&����*�+��(���(���

  • 8�� � ��(� �(�*(�(�� &���/*� &���/2� �/��5� 4���� ��&� �(�*(��� ��(� ���(� �-� ��&� .����3��+/(����+(�+(���-�+��(�*�/2�+����(�&�5�(*�.2���(���+��(>��3��--�+(���-���(����+/(�+��+(��(*���*(����(�&(�/��-���&��--�+(���-��(6���(*�.2���(����+��&(���

    88�����(����+��&(���(&(��(&���(���5�������/�+(���*(�������(�&�++(&&-�/��(�*(�(��-����**������/�6������2�������$#A��-���(�6������2��--(�(*�.2���(�������(����(&�6���(*��

    8$�����(���������2��-���(��(�&���&�5���5���(��(�*(����-�+�//(*�-���&���/*�.(����*�+(*���

    ��������������������������������

    8� ��(-�������&�?>���1 ��(��(���B���+��&(�C�&��//��(�����(���(&�*(����-���*��������&�&�++(&&��&�����&&�5�&��.1 ��(� �(��� B������+���C� &��//��(���� ��(� �(�&���� -���� ��� +�����2�4����4�������4���� 4��+�� ��(���*(�� -��� ��(�

    &���/2��-�&���(&��&��/�+(*���*�&��//�.(�*((�(*������+/�*(���(�������+���C&�&�++(&&��&���(��(&(������(&���(��&��(3(+��(�&���*��*����&������&���/(&&�(3+/�*(*�.2���(�+�����+���

    +1 ��(� �(��� B����(&C� &��//� �(���� 4���� ������+���� �5�((&� ��� &���/2� ��*(�� ��(� +�����+�� �&� &�(+�-�(*� ��� ��(����+��&(���*(�����+/�*��5�(�(+������-��/������*���+���(�2���*�&�.&(6�(����(&���5�&���/*�&�+����+��*������.(���+/�*(*������(����+��&(���*(���

    *1 ��(� �(��� B���+��&(���*(�C�&��//��(���� ��(�+������+������&�5�(*����.(��/-��-� ��(����+��&(��.2�����--�+(��*�/2��������D(*����������5���(��++(����+(����.(��/-��-���(����+��&(�������(��(��&���*�+��*�����&��(�����(*�����(-(��(*���������(�&��*�+������+�������++(����5���(��(�*(������--(���-���(�������+����-���&���/2��-�&���(&�����/�������+���(�2����(6����(�������������(�(�-��

    $� ���+(&��(�*(�&� �--(���5� -���� ���+(&�4�//� .(� ��(-(��(*�� �;�(�(� �� ���+(� ���������� +/��&(� �&� ��&�&�(*� ����� .2� �� �(�*(�(���6��������&�4�������(�&���./(�+(�/��5�&���/*�.(�&�.����(*�����+���--(�&�&���/*��������./2�.(�&������(*�.2���(�.�&(����+(���

  • ����&�����&����+(��//���&

  • +���+(�����&�+�����(�(���� ��(�������+����&��//�.(� /��./(����.(�����2��**������/�(3�(�*����(��������(����+��&(�� �&�/��./(������+�����4��*&�(�(+���������(�������+����&��//����4(�(�������.(�(����/(*������2�5����*�(����&�+������+�����.2���(����+��&(���

    8� ��2�(����

    ������+���C&�.�//�4�//�.(���&&(*�-�����2�(�����/2��-�(����(�&���(&����(�.((���(+(��(*����&�(+�(*���*��++(��(*�.2���(����+��&(����

    8:� ��*(��-���2�(��������//2���2�(���4�//�.(���*(�-�����(��++(��(*�&���(&�4�������*�2&�-������(�*��(��-��(+(�����-���(����(���/&��

    8#� �(+��(�2��-�&��&�*�(�;�(�(�(����2�+/����-�����(���2�(����-�4�(��(��/�6��*��(*������������(2����&��5������-���*(�����&�+�����+���5���&����(�������+�������(����+��&(��&��//�.(�(����/(*�����(+��(��&�+��&���.2�������������5�������������4��/(���(�&(+����2�*(��&��(*� .2� ��(� ������+����� �-� �� &(+����2� �&� ��

  • *

    /$**0!*

    1&-&"),)-* 2// */#)(%3%(&,%!'45*6)78%-)")',*

    !"#$%)9********************:;)450!-))5?%4&>-))***********1-!@%9)950!,*#-!@%9)9*

    ?),&%$4*%'*48##!-,*!3*(!"#$%&'()*

    ! +!9)*!3*!#)-&,%!'A* !"#$!%$&'())$*!+$%,-$+!-(!.//0!'#(,*+!1$!23+$!3435*31*$!()!3**!6(&75)8!+39'!3)+!-#$9!'#(,*+!-37$!)$:$''3&9!5)'-&,:-5()'!;&(2!-#$!:():$&)$+!'$:-5()!3)+!$!?;!-#$!6(&7*(3+!+$23)+'@!3++5-5()3*!-$:#)5:53)'!3&$!-(!1$!+$%*(9$+>!"#$9!#34$!-(!6(&7!()!

    #(*5+39'!3)+!3;-$&!)(&23*!6(&75)8!#(,&'@!5;!&$A,5&$+>!

    B! !"#&'B*C.#)-%)'()* 0(2%3)9!'#(,*+!1$!5)!-#$!;5$*+!(;!C35)-$)3):$!(;!D0'!3)+!

    %$&5%#$&3*'!;(&!3!25)52,2!%$&5(+!(;!*3'-! !"#$%&'!E--3:#!%&((;!;(&!-#$!'32$>!

    F! C@%9)'()*3!-*(!"#&'B*).#)-%)'()*

    G(:,2$)-3&9!$45+$):$!%&(45+$+!;(&!-#$!$

  • S! 0!I*!3*J)(H'%(%&'4*-)78%-)9A*

    C5)52,2!-6$*4$!

    T! =(&9)"%(*78&$%3%(&,%!'*!3*J)(H'%(%&'4*!33)-)9*A*

    !?"?!(&!G5%*(23!5)!-#$!;5$*+!(;!$*$:-&()5:'!(&!-#3-!5'!&$*3-$+!-(!D0'!3)+!D$&5%#$&3*'!235)-$)3):$>!!

    U! 0!*!3*0!'KJ)(H'%(&$*4,&334*-)78%-)9A**

    C5)52,2!"#&$$!

    V! D8&$%3%(&,%!'*!3*'!'K,)(H'%(&$*4,&334*!33)-)9A*

    !.K/MWG0DWGMXLMM!65-#!6(&7!$>!

    ! ?)#$!B")',*!3*4,&33*!33)-)9*&'9*48G4,%,8,%!'*

    "#$!:()-&3:-(&!'#(,*+!$)',&$!-#3-!-#$!'32$!%$(%*$!2$)-5()$+!31(4$!3&$!+$%*(9$+!-(!.//0!;(&!:3&&95)8!(,-!-#$!\(1>!"#$!

    %$&'())$*!+$%,-$+!-(!.//0!'#3**!1$!:#3)8$+!()*9!()!&$A,$'-!19!.//0@!3)+!'#(,*+!)(-!1$!:#3)8$+!()!-#$!:()-&3:-(&'!5)'-3):$!

    ,)+$&!)(&23*!:()+5-5()'!;(&!3!%$&5(+!(;!'5

  • J!

    M)')-&$* !'9%,%!'4*

    "#$!6(&7$&'!+$%,-$+!-(!.//0!19!-#$!:()-&3:-(&!'#3**!&$235)!-#$!$2%*(9$$'!(;!-#$!:()-&3:-(&!3)+!-#$9!65**!)(-!3:A,5&$!3)9!:*352!;(&!

    ;,-,&$!$2%*(92$)-!5)!.//0!(&!&58#-!;(&!&$8,*3&5Q3-5()!3'!$2%*(9$$'!(;!-#$!G$%->!(;!/%3:$>!

    H! "#$!:()-&3:-(&!3)+!#5'!$2%*(9$$'!+$%,-$+!-(!.//0!'#(,*+!315+$!19!-#$!&,*$'!3)+!&$8,*3-5()'!(;!-#$!G$%->!5):*,+5)8!'$:,&5-9!:#$:7'!

    S! "#$!&3-$!'#3**!&$235)!;5&2!3)+!;5!

    T! E)9!*(''!(&!+3238$!-(!.//0!+,$!-(!-#$!)$8*58$):$!(;!9(,&!-$:#)5:53)!65**!1$!3-!9(,&!3::(,)-!3)+!.//0!65**!)(-!1$!

    &$'%()'51*$!;(&!3)9!*(''!(&!5)=,&9!-(!9(,&!-$:#)5:53)!(::,&&$+!5)!.//0!:32%,'>!

    U! "#$!%$&'()!$)838$+!5)!6(&7!,)+$&!-#5'!6(&7!(&+$&!'#(,*+!)(-!-37$!(,-!3)9!%&(%$&-9!(;!.//0!65-#(,-!%&(%$&!3,-#(&5Q3-5()!;&(2!

    :(2%$-$)-!3,-#(&5-9>!

    and attendance

  • !!"#$%"&''(

    )*+,-*./(.0(%,-12(0.3(431,56.7/(8,*/-1/,/91(.0(:;2(,/6(!0#2%1>A!./22/#'!0+/%/0$1!$'(!2#6)/2%/0$%&(!2>2%&.2!1/,&!5)&0,#8%!D>2%&.2A!5J5!@$0)/'&2A!@$0)/'&!K8%#.$%/#'!5#'%+#11&+2!&%0:!

    L! E.61(.0(.!)$I&!%#!-#+,!#'!)#1/($>2!$'(!$3%&+!'#+.$1!-#+,/'?!)#8+2A!/3!+&O8/+&(:!

    ;! ")&!%#%$1!0#2%!#3!%)&!&O8/6.&'%2!0#I&+&(!8'(&+!%)/2!0#'%+$0%!/2!$66+#N/.$%&1>!LP!5+#+&2:!

    Q!

    P! "&0)'/0/$'2! $I$/1$*1&! $%!-#+,/'?! )#8+2! )$I&! %#! %$,&! 86! $'(! 0#.61&%&!.$/'%&'$'0&! 7#*2! $11#%%&(! %)+#8?)!#'1/'&!2#3%-$+&!S#'!MDD5!E'%+$'&%TA!8'(&+!%)&!286&+I/2/#'!#3!%)&!2%$33!$22/?'&(:!B=*2(9./-3,9-(*2(/.-(81,/-(-.(@1(.G( E;!$'(!)&'0&!280)!#33&+2!-/11!*&!+&7&0%&(:!!

    =! ")&!+$%&2!O8#%&(!2)$11!*&!I$1/(!3#+!$!6&+/#(!#3!%-#!>&$+2!3+#.!%)&!($%&!#3!61$0&.&'%!#3!#+(&+A!/3!'#%!26&0/3/&(!#%)&+-/2&:!UN%&'2/#'!#3!0#'%+$0%!.$>!*&!-#+,&(!#8%!#'!&N6/+>!#3!2$/(!6&+/#(A!/3!.8%8$11>!$?+&&(!86#':!

    V! MDD5!+&2&+I&2!%)&!+/?)%!%#!61$0&!#+(&+!3#+!$(&O8$%&!O8$'%/%>!$%!%)&!&2%$*1/2)&(!+$%&!-/%)!%)&!2$.&!%&+.2!$'(!0#'(/%/#'2!(8+/'?!%)&!08++&'0>!#3!%)&!0#'%+$0%:!

    &&2!(&68%&(!%#!MDD5!*>!%)&!0#'%+$0%#+!2)#81(!)$I&!./'/.8.!"XYUU!>&$+!&N6&+/&'0&8'(&+!%)&!2$.&!0#.6$'>! /'! %)&!*+&$,(#-'!.$/'%&'$'0&!#3!452A! E452A!DC52A!9$2&+!4+/'%&+2A! E',7&%!6+/'%&+2A!@FG2A!41#%%&+2A!D0$''&+2A!@$'$?&(!$'(!8'.$'$?&(!2-/%0)&2A!X8*2A!.#(&.2!$'(!+&1$%&(!$00&22#+/&2A!/'!MDD5!#+!2/./1$+!?#I&+'.&'%!#+!68*1/0!2&0%#+!#+?$'/Z$%/#'2:!4$+%>!2)#81(!)$I&!&N6&+%/2&!/'!0#.6#'&'%!1&I&1!2&+I/0/'?!#3!@#'/%#+2!A!@#%)&+*#$+(2!$'(!#%)&+!6&+/6)&+$12!

    ! 4$+%>!2)#81(!6+#(80&!(#08.&'%$+>!&I/(&'0&!3#+!%)&!&N6&+/&'0&!#3!%)&!0#.6$'>!/'!%)&!.$/'%&'$'0&!#3!452![!6&+/6)&+$12! $1#'?!-/%)! %)&!#33&+:!")&! 6$+%>!2)#81(! )$I&! %)&!&N6&+/&'0&!#3!.$/'%$/'/'?!$!./'/.8.!#3!LPRR!452!$'(! PRR!6&+/6)&+$12!6&+!$''8.!$'(!2)#81(!28*./%!(#08.&'%$+>!&I/(&'0&!%#!%)/2!&33&0%:!

    L! Y$',/'?! #3! %)&! #33&+2! -/11! *&! *$2&(! #'! %)&! %#%$1! $.#8'%! #3! %)&! #33&+:! A*-( .3613( 7*>>( /.-( @1( ,7,3616H('/9.81-1(.00132(7*>>(/.-(@1(9./2*61316H!

    ;! 5#..&+0/$1!Y$',/'?! /'018(&2! %)&!'#:! #3!452!$'(!4&+/6)&+$12!.$/'%$/'&(!*>! %)&! 3/+.! S$2! /'!D1:!J#\ T! ! /&!*$2&(!#'!%)&!O8$'%/%>!#3!%)&!-#+,!&N&08%&(!/'!%)&!-#+,!#+(&+!28*./%%&(!$2!6+##3:!

    Q! ")&! 0#'%+$0%#+! )$2! %#! 6+#I/(&! $2! .80)! $2! "&0)'/0/$'2! $2! $'(! -)&'! +&O8/+&(! $'(! %)&>! )$I&! %#!-#+,! $%!I$+/#82!8'/%2!#3!MDD5:!K!./'/.8.!'8.*&+!#3!3/3%&&'!6&+2#'2!$+&!%#!*&!(&61#>&(!3#+!0#..&'0/'?!%)&!-#+,:!")&!#33&+!-/11!*&!(/2O8$1/3/&(!/3!%)&!0#'(/%/#'2!$+&!'#%!3811>!0#.61/&(:!

    P! "&0)'/0/$'2!I8*/*8C8(-71>F1(&(!2)#81(!6#22&22!E"E!#+!G/61#.$!/'!%)&!3/&1(!#3!&1&0%+#'/02!#+!%)$%!/2!+&1$%&(!%#!452!$'(!4&+/6)&+$12!.$/'%&'$'0&:!!

    � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� � � � � � � � � � � � � � � � � � �� � � � � � � � � � � � � � � �

  • =! C/#]($%$!S/'018(/'?!6)#%#T!#3!%)&!2%$33!2)#81(!*&!2&13!$%%&2%&(!$'(!&'(#+2&(!*>!%)&!0#'%+$0%#+A!-/%)!6+##3!#3!&N6&+/&'0&A!$'(!8'(&+%$,/'?! %#! 7#/'! %)&!(8%>! 3+#.! %)&! $-$+(!#3! 0#'%+$0%! /2! %#!*&! 38+'/2)&(!$1#'?!-/%)! %)&!O8#%$%/#':!")&!0#'%+$0%#+!2)#81(!&'28+&!%)$%!%)&!2$.&!6=&!.&'%/#'&(!$*#I&!$+&!(&61#>&(!%#!MDD5!3#+!0$++>/'?! #8%! %)&! ^#*:! ")&! 6&+2#''&1! (&68%&(! %#! MDD5! 2)$11! *&! 0)$'?&(! #'1>! #'! +&O8&2%! *>! MDD5A! $'(!2)#81(!'#%!*&!0)$'?&(!#'!%)&!0#'%+$0%#+2!/'2%$'0&!8'(&+!'#+.$1!0#'(/%/#'2!3#+!$!6&+/#(!#3!2/N!.#'%)2:!

    V! @$'$?&.&'%!#3!*+&$,(#-'!0$112A!/228&!#3!0#.6#'&'%2!$'(!0#'28.$*1&2!$'(!+&1$%&(!(#08.&'%$%/#'!-/11!*&!8'(&+! %)&!20#6&!#3!0#'%+$0%#+:!@/'/.8.! -=311(!%&2%!/3!+&O8/+&(A!*>!E'(&'%&+!(/I/2/#'A! -)/0)! -/11! *&! /'%/.$%&(! %)+#8?)! 48+0)$2&A! MDD5:! 4$+%/&2! -/11! *&! O8$1/3/&(! "&0)'/0$11>! $3%&+! %)&!6+#3/0/&'0>!%&2%:!

    W! ")&!-#+,!6&+3#+.$'0&!#3! %)&!2%$33!(&61#>&(!-/11!*&!8'(&+!0#'%/'8#82!&I$18$%/#':!a6#'!#*2&+I$%/#'!$%!$'>!6#/'%!#3!%/.&A!/3!3#8'(!(/22$%/23$0%#+>!*>!%)&!E'(&'%&+!(/I/2/#'A!%)&!0#'%+$0%#+!)$2!%#!+&61$0&!%)&.:!

    LR! ")&! 6&+2#''&1! (&61#>&(! %#! MDD5!.82%! )$I&! .&(/0$1_$00/(&'%! /'28+$'0&A! $'(! %)&! 0#6>! #3! %)&! /'28+$'0&!2)#81(!*&!28*./%%&(!$1#'?!-/%)!%)&!#+!*&3#+&!%)&!28*./22/#'!#3!3/+2%!*/11!

    K1/13,>(;./6*-*./2(

    L ! ")&!-#+,&+2!(&68%&(!%#!MDD5!*>!%)&!0#'%+$0%#+!2)$11!+&.$/'!%)&!&.61#>&&2!#3!%)&!0#'%+$0%#+!$'(!%)&>!-/11!'#%!$0O8/+&!$'>!01$/.!3#+!38%8+&!&.61#>.&'%!/'!MDD5!#+!+/?)%!3#+!+&?81$+/Z$%/#'!$2!&.61#>&&2!#3!%)&!G&6%:!#3!D6$0&:!

    LL! ")&!0#'%+$0%#+!$'(!)/2!&.61#>&&2!(&68%&(!%#!MDD5!2)#81(!$*/(&!*>!%)&!+81&2!$'(!+&?81$%/#'2!#3!%)&!G&6%:!

    L;! ")&!26$+&!6$+%2!+&O8/+&(!3#+!%)&!.$/'%&'$'0&!-/11!*&!28661/&(!*>!MDD5:!LQ! ")&!+$%&!2)$11!+&.$/'!3/+.!$'(!3/N&(!(8+/'?!%)&!08++&'0>!#3!%)&!0#'%+$0%:!LP! ")&!(&6$+%.&'%!-/11!6+#I/(&!%##12A!26$+&2A!0#.6#'&'%2!$'(!2#3%-$+&!3#+!%)&!&N&08%/#'!#3!%)&!7#*2:!L=! K'>!1#22!#+!($.$?&!%#!MDD5!(8&!%#!%)&!'&?1/?&'0&!#3!>#8+!%&0)'/0/$'!-/11!*&!$%!>#8+!$00#8'%!$'(!MDD5!-/11!

    '#%!*&!+&26#'2/*1&!3#+!$'>!1#22!#+!/'78+>!%#!>#8+!%&0)'/0/$'!#008++&(!/'!MDD5!0$.682:! !" ")&!6&+2#'!&'?$?&(!/'!-#+,!8'(&+!%)/2!-#+,!#+(&+!2)#81(!'#%!%$,&!#8%!$'>!6+#6&+%>!#3!MDD5!-/%)#8%!6+#6&+!

    $8%)#+/Z$%/#'!3+#.!0#.6&%&'%!$8%)#+/%>:!L!%/.&!

    (8+/'?!%)&!6&+/#(!#3!%)&!0#'%+$0%!-/%)!#'&!#+!.#+&!0#'%+$0%#+2!3#+!2/./1$+!-#+,:!LW! MDD5! $12#! +&2&+I&! %)&! +/?)%! %#! %&+./'$%&! %)&! 5#'%+$0%! *>! ?/I/'?! #'&! -&&,! '#%/0&! -/%)#8%! $22/?'/'?! $'>!

    +&$2#'2A!%)&+:!;R! F$11!51$82&\!!")&!0)$+?&2!O8#%&(!*>!%)&!6$+%>!2)$11!*&!/'!'#!&I&'%!&N0&&(!%)&!1#-&2%!0)$+?&2!$%!-)/0)!%)&>!

    (#!%)&!2$.&!-#+,!%#!$'>!#%)&+!6$+%>!(8+/'?!%)&!6&+/#(!#3!%)/2!0#'%+$0%:!; ! E'!%)&!&I&'%!#3!I/#1$%/#'2!#3!$'>!%&+.2!$'(!0#'(/%/#'2!#+!%)$%!%)&!-#+,!6&+3#+.$'0&!/2!'#%!.&&%/'?!%)&!'#+.2!

    #3!b8$1/%>!2%$'($+(2!#3!MDD5A!%)&!0#'%+$0%!2)$11!*&!%&+./'$%&(!$3%&+!?/I/'?!cJU!H&&,!01&$+!'#%/0&!$'(!%)&!(/268%&A!/3!$'>A!2)$11!*&!+&3&++&(!%#!$'!$+*/%+$%#+!-)#!2)$11!*&!$66#/'%&(!*>!%)&!5)/&3!5#'%+#11&+A!MDD5!$'(!)/2!$-$+(2!2)$11!*&!3/'$1!$'(!*/'(/'