subject: - publication of tender notice in … factory muradnagar ordnance factory muradnagar,...
TRANSCRIPT
Page 1
E-Mail : [email protected]
Directorate-General, CRPF (Procurement Cell of Provisioning branch)
Block No.1, CGO Complex, Lodhi Road, New Delhi-03
(Ministry of Home Affairs, Govt. of India)
(Tele No-011-24369586, Tele Fax. 24360155)
Email- [email protected]
T.E. No. U.II.1156/2015-16-Proc-VI Dated, the 10th
February, 2016.
To,
The Director (ITJ)
Director General of Commercial Intelligence & Statistics,
565, Anandpur, Sector-1, Plot No. 22, Ward No. 108,
Kolkata-700 001 (WB).
Subject: - PUBLICATION OF TENDER NOTICE IN INDIAN TRADE
JOURNAL
Sir,
Kindly arrange to publish the following Global Tender Notice in the next
issue of the Indian Trade Journal.
Tender notice
Directorate-General, CRPF (Procurement Cell of Provisioning branch)
Block No.1, CGO Complex, Lodhi Road, New Delhi-03
(Ministry of Home Affairs, Govt. of India)
(Tele No-011-24369586, Tele Fax. 24360155)
No. U.II.1156/2015-16-Proc-VI Dated, the 10th
February, 2016.
Director-General, CRPF, New Delhi for and on behalf of the President of
India invites online Global tenders under two bid system (Technical and
Commercial Bids) on the prescribed form for the purchase of the following stores as
per details given below :-
Tender
No.
Description
of Stores
Qty. Specifi-
cation
Earnest
Money
Deposit
Cost of
Tender
Documents
(Non-
refundable
)
Critical dates
U.II.1156
/15-16-
Proc-VI
Eye
Ball/Video
Surveillance
Ball
06
Nos
As
mentioned
in the
Tender
Enquiry
(Schedule-
V)
Rs.3,41,000/-
(Rupees
Three lakh
forty one
thousand)
valid up to
225 days from
the date of
opening of
tender.
Rs. 500/- a)Time &date of receipt of online and offline tender:- 1030 hrs on 14/04/2016 _ b) Time & date
of opening of
online and
offline tender
on or after:-
1130 hrs on
14/04/2016
Page 2
2. Bids will be accepted only online at e-procurement web site
https://eprocure.gov.in/eprocure/app (CPPP). ( Certain documents are required to be
submitted in original as per clause 13 (a) (i) of schedule-1 to tender enquiry.
3. All relevant details, including specification, terms & conditions etc are
available on eProcurement website https:// eprocure.gov.in/eprocure/app. (CPPP), same
may be downloaded by the bidders. Details can also be seen at CRPF website
http://www.crpf.nic.in . FAQs related to CRPF tender may be seen at
http://www.crpf.nic.in and also attached with the tender at eProcurement https://
eprocure.gov.in/eprocure/app (CPPP) web site.
4. For any changes in Tender Enquiry/specifications etc, tenderers are
requested to visit the CRPF/CPPP web sites regularly.
5. Date of availability of tender on CPPP: 10 /02/2016
6. In case of any problem please contact on the following telephone numbers:-
011-24369586,24360155
Thanking you.
Yours faithfully
Sd/- 10/02/2016
(Manas Ranjan)
Commandant (Proc)
For and on behalf of the President of India
NO.U-II- 1156/2015-16-Proc-VI Dated ,the 10th
February’2016.
Copy forwarded to:-
1. The PRO Dte.Genl, CRPF for publication before 17/02/2016 in local newspaper
and at least one national dailies before having wide circulation through Media
Executive, DAVP 10th
floor Suchana Bhawan, New Delhi.(Encl: Soft copy )
2. The CLO, NSIC, Jeevantara Building, Parliament Street, New Delhi-110001.
3. The Embassies/High Commissions as per Annexure “A” (attached)
4. Ordnance Factory Board as per Annexure ‘B’(attached)
Sd/- 10/02/2016
(Manas Ranjan)
Commandant (Proc)
For and on behalf of the President of India
INTERNAL
a) The DIG (MT/Ord) Director General, CRPF, New Delhi w.r.t. his ION No.
S.II-1/2015-16-Prov-Ord-II(Eye Ball-Mod) dated 18.01.2016 and 01/02/16 with
request to kindly go through the Tender Enquiry and errors, if any, may be
intimated within 07 days.
b) The DIG (IT), Directorate-General, CRPF, New Delhi along with soft copy of
Tender Enquiry and NIT for publication on CRPF website.
c) File
Page 3
ANNEXURE-A
No. U-II.1156/2015-16-Proc-VI Dated, the 10th
February, 2016
Copy of Notice Inviting Tender (NIT) dated __/02/2016 regarding procurement of
Eye Ball/Surveillance Ball issued to following:-
The Controller of Economic and Commercial Affairs, Embassy of France, 2/50-E, Santipath, Chanakyapuri,New Delhi-110021
The Second Secretary for Economic Affairs,
Embassy of Netherlands,
6/50, Shanti Path, Chanakyapuri, New Delhi-110021.
The Counselors of Economic and Commercial Affairs, Chancery of Denmark, 11, Aurangzeb Road, New Delhi-110011
The Counselor of Economic Affairs and Commercial Affairs, Chancery and Federal Republic of Germany, 6/50, Shanti Path, Chanakya Puri, New Delhi-110021
The Counselor of Economic and Commercial Affairs, U.K. High Commission, Shanti path Chanakya Puri, New Delhi-110021.
The Commercial and Economic Counselor, Embassy of Czechoslovakia, 50, Niti Marg, Chanakya Puri, New Delhi-110021.
The Commercial Counselor of The Commercial Counselor,
Trade Representative, Embassy of Poland, 50-M, Shanti path, Chankayapuri, New Delhi-110021.
Trade Representative, Embassy of Hungarian Republic,
19, Golf Link, New Delhi
The Rumanian Trade Representative, Singapore High Commission,
Socialist Republic Embassy of Romania’s, N-88, Panchsheel Park, A-47, Vasant Marg, Vasant Vihar, New Delhi-110017.
New Delhi-110057 The Counselor of Economic Affairs, Embassy of Belgium
Embassy of Russia Federation 50 N, Shantipath, Chanakyapuri,
Shantipath, Chanakya Puri, New Delhi-110021.
New Delhi-110021.
The Counselor, Embassy of Italy, 50-D, Chandragupta Marg, Chanakyapuri,New Delhi-110021.
The Commercial counselor, Embassy of Japan,50-G Shantipath, Chanakyapuri, New Delhi-110021.
Embassy of Democratic people’s Embassy of the Republic of Bulgaria,
16/17, Chanakyapuri, New Delhi-110021.
Republic of Korea, D-14, Maharani Bagh,New Delhi-110065.
The Commercial Counselor, High Commission of Canada, 7/8, Shanti Path, Chanakya Puri,New Delhi-110021
Embassy of U.S.A. American Embassy Chanakyapuri, New Delhi-110021.
Embassy of Israel, Embassy of the Federative
3, Aurangzeb Road, Republic of Brazil,
New Delhi-110022 8, Aurangzeb Road, New Delhi-110011. Embassy of Switzerland Austrian Embassy,
Nyaya Marg, Chanakyapuri, EP-13, Chandragupt Marg,
New Delhi-110021. Chanakyapuri, New Delhi-110021.
Sd/- 10/02/2016
( Manas Ranjan) Commandant (Proc.) For and on behalf of the President of India
Page 4
ANNEXURE-B
No. U-II.1156/2015-16-Proc-VI Dated, the 10th
February, 2016
Copy of Notice Inviting Tender (NIT) dated __/02/2016 regarding procurement of
Eye Ball/Surveillance Ball issued to following:-
01 The Secretary,
Ordnance Factory Board, 10-A, S.K. Bose Road, Kolkata-700001
Fax No. 033-22480940/22107627
02 General Manager
Ammunition Factory Khadki,
Khadki Pune-411003, Maharashtra, India.
Ph. No. 020-25810554/3855/3856/3857, Fax No. 020-25813205.
03 General Manager
Gun and Shell Factory
7, Khagen Chatterjee Road Cossipore, Kolkata- 700002, West Bengal,
India.
Ph. No. 033-2557 9684, 2556 7773, Fax No. 033-25574390.
04 General Manager
High Explosive Factory
Khadki Pune-411003, Maharashtra, India.
Ph. No. 020-25819566, 25819567, Fax: 020-25813204.
05 General Manager
Ordnance Factory Bhandara
Ordnance Factory Jawaharnagar Bhandara-441906,
Maharashtra, India. Ph No. 07184-275745-48, Fax: 07184-275242.
06 Senior General Manager
Ordnance Factory Chandrapur
Bhadrawati, Distt- Chandrapur-442501, Maharashtra, India.
Ph. No. 07175-254012/ 254051/254052, Fax:07175-254043/254276.
07 General Manager
Ordnance Factory Dehu Road
Dehu Road Pune-412101, Maharashtra, India.
Ph : 020-27671206/1209/1392/1393/1394, Fax: 020-27671616/3838
08 Senior General Manager
Ordnance Factory Khamaria
Jabalpur-482005, Madhya Pradesh, India.
Ph. 0761-2337021 to 2337031 , Fax: 0761-2337301, 2430202
09 General Manager
Ordnance Factory Tiruchirapalli
Tiruchirapalli- 620016, Tamil Nadu, India.
Ph. 0431-2581291-96, Fax: 0431-2581136
10 General Manager
Ordnance Factory Varangaon
P.O.- O.F. Varangaon
City-Bhusaval, Distt- Jalgaon-425308, Maharashtra, India.
Ph. 02582-277812-15, Fax: 02582-277822
11 General Manager
Rifle Factory Ishapore
P.O. Ichapur- Nawabganj
Distt-24 Parganas (North)-743144, West Bengal, India.
Ph No. 2593-7119/20/21/22/23, 2593-8072/73/74, Fax: 033-2593-720
Page 5
12 General Manager
Small Arms Factory
Kalpi Road, Kanpur-208009, Uttar Pradesh, India.
Ph. 0512-2295042-46, Fax: 0512-2296229
13 Regional Director
Regional Marketing Centre Delhi
Delhi-110011, New Delhi, India.
Ph. No. 011-23016826, Fax: 011-23793772
14 The Secretary
Ordnance Factory Board
Ayudh Bhawan
10-A, S.K. Bose Road, Kolkata-700001, India.
Ph. 0091-33-22430472-0476, 0091-33-22485077-5080, 0091-33-
22489121-9127, Fax: 0091-33-22482927
15 Web Information Manager
DDG/Admin
Ordnance Factory Board
Ayudh Bhawan
10-A, S.K. Bose Road, Kolkata-700001, India.
Ph. 0091-33-22430472-0476, 0091-33-22485077-5080, 0091-33-
22489121-9127, Fax: 0091-33-22482927
16 Principal Director
Ordnance Factories Institute of Learning Avadi
HVF Estate Avadi Chennai Pin - 600054
Tamil Nadu, India.
Phone : 044-26372389, Fax : 044-26375479
17 Principal Director
Ordnance Factories Institute of Learning Ambernath
Ordnance Estate Ambarnath Thane Dist. Pin - 421502
Maharashtra, India.
Phone : 0251-2610346 , Fax : 0251-2610101
18 Principal Director
Ordnance Factories Institute of Learning Ambajhari
O.F. Ambajhari Estate, Ambajhari,Nagpur, Pin - 440021
Maharashtra, India.
Phone : (07104) 234721, Fax : (07104) 236778
19 General Manager
Ordnance Parachute Factory
Napier Road, Cantt., Kanpur Pin - 208004
Uttar Pradesh, India.
Phone : +91-512-2327901-903, Fax : +91-512-2321436
20 General Manager
Opto Electronics Factory
Raipur, Dehradun Pin - 248008
Uttaranchal, India.
Phone : 091-0135-2787101, Fax : 091-0135-2787181
21 General Manager
Ordnance Factory Project Medak
Yeddumailaram , Medak District Pin - 502205
Andhra Pradesh, India.
Phone : 91- 40 – 23283000, Fax : 08455-239074 & 91-40-23292950
22 General Manager
Ordnance Factory Project Korwa
P.O. Hal. Hal Complex, Teh. Amethi, CSM Nagar
Pin – 227412, Uttar Pradesh, India.
Phone : 05368-255118, Fax : 05368-255014
Page 6
23 General Manager
Ordnance Factory Project Nalanda
PO. – Rajgir, Dist. – Nalanda, PIN – 803121, Bihar, India.
Phone : 06112 257 100, Fax : 06112 257 102
24 General Manager
Ordnance Factory Muradnagar
Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206
Uttar Pradesh, India.
Phone : 01232-232200, Fax : 01232-228550
25 General Manager
Ordnance Factory Katni
O.F.Katni, Katni, Pin – 483503, Madhya Pradesh, India.
Phone : 07622-221621-25, Fax : 07622-221605/224082
26 General Manager
Ordnance Factory Itarsi
Itarsi (M.P.) Pin – 461122, Madhya Pradesh, India.
Phone : 07572-262510,262511,262512,262513, Fax : 07572-262563,
262504
27 General Manager
Ordnance Factory Dehradun
Ordnance Factory Raipur, Dehradun, Pin - 248008
Uttaranchal, India.
Phone : 0135-2787371/72/73, 2788761/62/63, Fax : 0135-2787177
28 General Manager
Ordnance Factory Dumdum
Ministry of Defence , Jessore Road, Dum Dum, Kolkata
Pin – 700028, West Bengal, India.
Phone : 033-2559-1043/3100/4700/5232, Fax : 033-25512136
29 Senior General Manager
Ordnance Factory Kanpur
Ordnance Factory Kanpur, Kalpi Road, Kanpur
Pin – 208009, Uttar Pradesh, India.
Phone : 2295161- 68, 70, Fax : 91-512-2216040
30 General Manager
Ordnance Factory Bolangir
At/PO. Badmal, Dist. Bolangir, Pin - 767070
Orissa, India.
Phone : 06655-250969 TO 973, Fax : 06655-250561, 250271
31 General Manager
Ordnance Factory Ambajhari
Ambajhari Defence Project, Amrawati Road, Nagpur
Pin – 440021 , Maharashtra, India.
Phone : +91-7104-237845-49, Fax : +91-7104-237705
32 General Manager
Ordnance Equipment Factory Hazratpur
District Firozabad, PIN - 283103
Uttar Pradesh, India.
Phone : 05612-276012,276013,276001, Fax : 05612-276002
33 General Manager
Ordnance Equipment Factory Kanpur
Phool Bagh, Kanpur, Pin - 208001
Uttar Pradesh, India.
Phone : 0512-2311181-85, Fax : 0512-2311186
Page 7
34 General Manager
Ordnance Clothing Factory Shahjahanpur, Pin - 242001
Uttar Pradesh, India.
Phone : 91-5842-223416, 223704, Fax : 91-5842-223328,281387
35 General Manager
Ordnance Cable Factory Chandigarh
183, Industrial Area Phase-1, Ministry of Defence
Govt. of India , Pin - 160002
Chandigarh, India.
Phone : 0172-2655033, 2671201 (For Pistol / Revolver and Tender related
enquiry contact only 0172-2671413,2671439), Fax : 0172-2655369
36 General Manager
Ordnance Clothing Factory Avadi
Chennai Pin - 600054
Tamil Nadu, India.
Phone : 044-26365000 , Fax : 044-26381701
Sd/- 10/02/2016
( Manas Ranjan) Commandant (Proc.)
For and on behalf of the President of India
Page 1 of 52
Directorate General, C.R.P.F.
Procurement Cell of Provisioning Directorate
Block No.1, CGO Complex, Lodhi Road, New Delhi-03
(MHA, Govt. of India)
(Tele No-011-24369586, Fax No.011-24360155) (email – [email protected])
GLOBAL TENDER ENQUIRY
NO.U-II- 1156/2015-16-Proc-VI Dated , the 10th
February’2016
1. On behalf of the President of India, DG CRPF invites online Global tender in two-bid
system for the supply of following store :-
S.No. Name of Store Quantity
1 Eye Ball / Video Surveillance Ball 06 Nos
2. If you are in a position to quote for supply in accordance with the requirements stated in the
attached schedule to tender, all documents attached herewith should be fully filled in,
signed and submitted through e-procurement site https://eprocure.gov.in/eprocure/app .
You must also furnish with your tender all the information called for as indicated in
pamphlet No. DGS&D-229 mentioned in para-1 above. Attached list of questionnaire
should also be answered and submitted through eProcurement site
https://eprocure.gov.in/eprocure/app , failing which your tender will be liable to be
ignored, and not considered. The tenderers can download the tender set from above
mentioned web site. Further, FAQs related to CRPF tender may be seen at http://crpf.nic.in
and also attached with the tender at eProcurement (CPPP) web site.
3. This tender enquiry has Schedules and Appendices as following:-
(I) SCHEDULES
(i) Schedule-I - Condition of tender
(ii) Schedule-II - Special instructions
(iii) Schedule-III - List of store
(iv) Schedule-IV - List of consignee
(v) Schedule-V - Specification of Eye Ball / Video Surveillance Ball
(vi) Schedule-VI - Instructions for Online Bid Submission
(vii) Schedule-VII - Trial Directive.
(II) APPENDICES (to be filled & submitted by tenderer)
(i) Appendix-1(Online) = Offer of stores
(ii) Appendix-2 (Online) = Details of Manufacturer/firm
(iii) Appendix-3 (Online) = Questionnaire about manufacturer
(iv) Appendix-4 (Online) = Performance statement for last 3 years
(v) Appendix-5 (Online) = Proforma for equipment and quality control (Form 7)
(v) Appendix-6 (Online) = Bank Guarantee Proforma for EMD
(vi) Appendix-7 (Online) = Guarantee / Warranty clause
(vii) Appendix-8 (Online) = Proforma for Commercial bid (Prices should be quoted as per price bid format provided along with the tender document at eProcurement site
Page 2 of 52
ix) Appendix-9 Compliance statement for specification
x) Appendix-10 Tender Acceptance Letter xi Appendix-11 Check List for tender
Encls : Aforesaid schedules & enclosures
Yours faithfully
Sd/- 10/02/2016
(Manas Ranjan)
Commandant(Proc) For and on Behalf of President of India
NO.U-II- 1156/2015-16-Proc-VI Dated ,the 10
th February’2016
Copy to the Indentor (DIG (MT/Ord), Dte. Genl, CRPF) alongwith copy of tender
enquiry for information w.r.t. his ION No. S-II.1/15-16-Prov-Ord.-II ( Eye Ball- Mod) dated
18.01.2016 and 01/02/16.
Sd/- 10/02/2016
(Manas Ranjan)
Commandant(Proc) For and on Behalf of President of India
Page 3 of 52
SCHEDULE-I
GENERAL CONDITION OF TENDER
1. All Tender documents attached with this invitation to tender including the specifications are
SACROSANCT for considering any offer as complete offer. It is therefore important that
Tender acceptance letter which is a written undertaking that all the terms & condition
of the tender are understood and accepted should be signed and submitted in original
and online through eprocurement site https://eprocure.gov.in/eprocure/app.
2. The conditions of contract, which will govern any contract made, are contained in the
(i) Pamphlet No. DGS&D-39 titled “Conditions of Contract, governing contracts placed
by the Central Purchase Organization of the Government of India” as amended up to
date.
(ii) Pamphlet No.DGS&D-229 and DGS & D Manual.
(iii) Any special conditions attached to this invitation to tender will also form part of the
conditions.
(iv) DGS&D -68 (Revised).
3. Amendments:
The following amendments may be carried out in the Pamphlet entitled “Conditions of
Contract Governing the contracts placed by Central Purchase Organization of Government
of India” 1991 edition bearing Symbol DGS&D-39 and No.DGS&D-68 (Revised).
3.1 The definition of “Government” provided in clause 1 (f) page 2 of DGS&D
Conditions of Contract may be amended as under: -
“Government” means the Central Government.
3.2. The definition of Secretary clause 1 (k)-page 3 of DGS&D Conditions of Contract
may be modified as under: -
“Secretary” means Secretary of Min. of Home Affairs for the time
being in the administrative charge of the subject matter of contract
and included Additional Secretary. Special Secretary, Joint
Secretary, or Director or Dy. Secy. in such Ministry, Director
General, Inspector General (Prov), DIG (Prov), Commandant
(Proc), Procurement Cell of this Dte. and every other officer
authorized for the time being to execute contracts relating to
purchase and supply of stores on behalf of the President of India.
3.3. Under Clause 2 (c)-page 5 of DGS&D Conditions of contract, the word “Director
General of Supplies & Disposals or heads of his concerned regional offices” may be
replaced by Director General (CRPF), Ministry of Home Affairs.
3.4. Clause 24 i.e. Arbitration: -
In the existing entries/clause 24 of DGS&D - 68 (Revised) substitute
DG, CRPF for DG, DGS&D
3.5. Similarly, the reference to DGS&D wherever appearing may be suitably modified,
3.6. Following amendments may be carried out in the Pamphlet No. DGS&D-229
containing various instructions to tenders.
Page 4 of 52
Form No.DGS&D-230.
Reference to DGS&D wherever appearing in clause No.14,33,34,35, 39 and 40 and
Appendix ‘A’ for Form No. DGS&D-96 may be amended to read as Deputy
Inspector General (Prov), Directorate General CRPF, Ministry of Home
Affairs.
4. The above Pamphlet and the lists of corrections thereto can be obtained on payment from
the under mentioned officers: -
The Manager of Publications, Civil Lines, Delhi.
The Superintendent, Government Printing & Stationery Allahabad, U.P.
The Superintendent, Government Printing & Stationery, Mumbai.
The Superintendent, Government Press, Chennai.
The Superintendent, Government Printing & Stationery, Nagpur.
The Superintendent, Government Printing, Gulzargbag, Patna (Bihar).
DGS&D, New Delhi and its Regional offices at Mumbai, Chennai, Calcutta and Kanpur.
Government of India Book Depot, 8 Hastings Street, Calcutta.
Commandant (Proc. Cell), Dte. Genl. CRPF, 1st Block, CGO Complex.
5. If you are in a position to quote for supply in accordance with the requirements stated in the
attached schedule to tender, all documents should be duly filled in, signed by the bidder.
6. Tenderers must complete the details of their plant and machinery on standard proforma
enclosed with this Tender Enquiry irrespective of their registration status, and forward the
same with their offer. Purchaser reserves the right to get the manufacturing capacity of any
tenderer re-verified through the inspecting agencies, irrespective of their registration status.
7. Director General CRPF reserves the right to cancel/reject the tender without assigning any
reason.
8. Director General CRPF reserves the right to increase or decrease the quantity at any stage.
9. Director General CRPF reserves the right to change the consignee location(s) at any stage.
10. Tender Documents are available at CPPP eProcurement site
https://eprocure.gov.in/eprocure/app which can be downloaded by interested firms free of
cost. However bidders are required to submit Tender Fee and EMD as applicable, as per
tender document while submitting the bids. The Demand Draft/Banker cheque for Tender
Fee and Bank Guarantee/FDR for EMD should be drawn in favour of DIG (Prov), Dte.
Genl., CRPF payable at SBI, CGO Complex, Lodhi Road, New Delhi (Branch Code No.
7837) and original should be submitted before date & time of receipt of the tender.
11. EARNEST MONEY
(a) All Firms who are not registered with NSIC or DGS&D for the subject stores
for which the offers are being invited, are required to deposit EARNEST MONEY
of Rs 3,41,000/- equivalent to the amount as mentioned in the tender schedule.
(b) For claiming exemption from depositing earnest money, tenderer should be
registered with DGS&D/NSIC for the subject stores for which the offers have
been invited. Firms not registered for stores indicated in the tender schedule
will be treated as unregistered, and shall be required to deposit specified Earnest
Money.
Page 5 of 52
c) Public sector undertaking/state undertaking or central/state owned companies are not
exempted from the payment of earnest money unless registered with DGS&D/NSIC
for subject stores.
(d) Earnest Money is to be deposited in the following form : -
i) A Fixed Deposit receipt (FDR) in favour of DIG (Prov.), Dte. Genl., CRPF
payable at SBI, CGO Complex, New Delhi (Code No.7837)
ii) An irrevocable Bank Guarantee in the name of DIG (Prov.), Dte. Genl., CRPF.,
Block No.1, CGO Complex, New Delhi of any Nationalized/reputed Scheduled
Bank. The Bank guarantee should be payable at SBI, CGO Complex, New
Delhi (Code No.7837) . The format is as per appendix-6.
iii) Foreign bidders should submit Earnest Money in the form of irrecoverable
Bank Gauarantee only, issued or confirmed by any Nationalized Indian Bank.
iv) The EMD shall be valid upto 225 days from the date of opening and will remain
remain deposited with the purchaser for the prescribed period in schedule-II. If
the validity of the tender is extended, the validity of EM document submitted by
the tenderer shall also be suitably extended by the tenderer, failing which his
tender, after the expiry of the aforesaid period shall not be considered by the
purchaser.
(e) No interest shall be payable by the purchaser on the EM deposited by tenderer.
(f) The EM ( Earnest Money) deposited is liable to be forfeited if the tenderer
withdraws or amends impairs or derogates from the tender in any respect within the
period of validity of his tender
(g) The EM of the successful tenderer shall be returned after the performance security deposit as required in terms of the resulting contract is furnished by the firm
(h) If the successful tenderer fails to furnish the performance security deposit as required in the contract within the stipulated period, the Earnest Money shall be liable to be forfeitedby the purchaser.
(i) EM of the unsuccessful tenderers shall be returned within 30 days of finalization of tender
(j) Any tender received from firm which is not registered with DGS&D or NSIC for the tendered stores, and is not accompanied with required Earnest Money in prescribed form, is liable to be rejected. Registration with any other authority will not exempt the firm from depositing Earnest Money
(k) All firms which are not granted registration with DGS&D/NSIC for the subject stores shall be required to deposit earnest money valid up to AS SPECIFIED IN Schedule-II. For claiming exemption from depositing E.M., the tenderers should be registered with NSIC/ DGS&D for subject stores as mentioned in the tender schedule. Firms that are not registered for the subject stores as mentioned in the tender schedule will be treated as unregistered and shall be required to deposit earnest money as above
(l) Similarly, firms who are specifically registered for the subject stores as per
specified specifications with NSIC/DGS&D but with a certain MONETARY
LIMIT will be treated as UNREGISTERED for their tender value exceeding their
monetary limit of registration. Such firms shall be required to deposit earnest
Page 6 of 52
money in excess to the 2% of the firms monetary limit as per formula indicated
below:-
EMD required to be deposited by the firm = EMD indicated in the tender – 2% of the firm’s own monetary limit.
In case, any such firm fails to deposit deficient earnest money, its offer for the tender is liable to be rejected.
(m) Offers of those firms, who are not registered with DGS&D or NSIC for the subject stores, will not be considered unless the same are submitted along with required Earnest Money.
12. PRICE
The price quoted should be on firm and fixed basis subject to no variation whatsoever
during the currency of the contract. Prices should be shown as ex-factory works and all
other charges proposed to be levied like transportation etc. should be shown separately.
Firms must clearly and specifically indicate the different rates, taxes and duties which
they propose to charge extra mentioning clearly the present rates thereof. Vague
statements like “Duties as applicable” shall not be considered.
Prices be quoted by foreign firms in figures as well as in words in Indian Rupees (INR),
US $ or Euro only. Indian firms and Indian agent of foreign principals and Indian
SEZ firms to quote in INR only. Incase , price is quoted in Foreign currency, selling
exchange rates on the date of opening of Tender will be considered to calculate the
equivalent amount in rupees for the purpose of evaluation of commercial bids only
However, prices Ex-works and the break-up of the different elements of prices i.e. Basic
cost and other charges should be quoted as Price Bid in Appendix-8. Additional cost
components for the firms operating from SEZ have been inserted in the Appendix-8
which may be carefully studied and submitted.
13. TWO BID SYSTEM
The offer has to comprise of two bids viz technical & financial bids
(a) FIRST ENVELOPE (Technical Bid) should contain the following:
1. Document to be submitted in original manually before the stipulated
date and time of receipt of tender.
i) Earnest Money ( if applicable)
ii) Tender cost (if applicable).
iii) Technical detail/leaflets/brochure of subject stores as per specifications.
iv) Tender acceptance letter.
v) Registration certificate of DGS&D/NSIC (if applicable).
vi) Any other relevant documents which the firm wishes to submit.
Page 7 of 52
2. Documents to be submitted on line (scanned copies)
i) Tender acceptance letter. (Appendix-10) ii) Earnest money deposit and Tender fee (If applicable).
iii) Performance statement for last three years.(Appendix-4)
iv) Form 7-(Appendix-5), Offer of store- (Appendix-1). v) Questionnaire (Appendix-3), Compliance statement (Appendix-9)
vi) Registration certificate of DGS&D/NSIC ( if applicable). vii) Guarantee/warranty (Appendix-7)
viii) Checklist for tenderers (Appendix-11) ix) Details of manufacturer (Appendix-2)
x) Bank Guarantee Proforma for EMD (Appendix-6).
(b) SECOND ENVELOPE should contain the following:
The composite bid i.e. rate indicated in the technical bid openly shall be
ignored Price should be quoted as per price bid format(Appendix-8) along
with tender documents at eprocurement site.
https://eprocure.gov.in/eprocure/app.
(i) Only the first cover shall be opened on the date of tender opening.
Price bids of only those firms will be considered for opening online
whose offer has passed in all tender condition and technical/physical
(including field trial) evaluation
ii) After opening of price bids, ranking statement will be prepared and
the finalization of tender will be done on L-1 (the least price)
basis.
14. Any change in Address/ Telephone/ Fax/ e-mail should be immediately informed. The state
of non-communication by the firm will make the offer liable for rejection.
15. SUBMISSION OF OFFER
15.1. Offers should be submitted by tenderers on the basis of CIP at consignee
location by foreign firms and free delivery up to consignees location by
Indigenous firms. 15.2 The tenders should indicate separately:-
i) The net ex-factory prices, ii) The net prices at CIP at consignee location by foreign firms and free delivery up to
consignees location by Indigenous firms.
a) Rate will be compared by taking cost of store.
b) Entry tax/Octroi/Toll tax will be paid at actual. c) Tenderers are required to indicate basic rate, custom duty, excise duty, sales tax/VAT
and any other leviable taxes/charges separately within above performa. Such taxes/duties/charges reflected outside the Performa will not be accepted.
Page 8 of 52
16. CUSTOM DUTY
The purchaser /consignee will provide necessary documents. The seller will be responsible for getting the goods cleared.
17. INSURANCE
In case of CIP at consignee location contract:-
If a contract is placed as a result of this invitation to tender, and if indenter requires
insurance of stores tenderers are required to effect insurance of the stores only through
national insurance agency or any of its subsidiaries as intimated to them by the
Indenter/consignee and payment will be made in rupees only. The tenderer should
indicate in their tender, the ex-factory works price, freight and insurance separately. The
supplier in such an event will be required to intimate the designated insurance company of
Dispatch particulars immediately upon shipment.
The consignee will as soon as possible, but not later than 45 days of the date of arrival of
stores at destination, notify the contractor of any loss or damage to the stores that may have
occurred during transit. In the event of the contract being cancelled for any breach
committed and the purchaser effecting re-purchase of the stores at the risk and cost of the
contractor.
18. Tenderers will be fully responsible for proper testing and making the equipment functional
before final settlement of account.
19. The tenderer will also provide complete technical/ operating and service manual of the
product.
20. The time allowed for carrying out the supply will start from the day of issue of written
orders for supply of store in accordance with the schedule i.e within 03 months as indicated
in the tender documents.
21. QUALITY
The decision of the Director General, CRPF shall be final as to the quality of the stores and
shall be binding upon the tenderers and in case of any of the articles supplied not being
found as per specification shall be liable to be rejected or replaced and any expenses or
losses caused to the suppliers should be borne by the supplier and ensured by the supplier
that articles supplied should be best in quality and free from all defects. The acceptance of
articles will be made only when the articles are inspected and found meeting the standard
specifications and free from all defects. The rejected items must be removed by the
tenderers from the consignees’ premises within 15 days from the date of the information
about rejection. The incharge stores concerned will take reasonable view of such materials
but in no case shall be responsible for any loss, shortage, damage that may occur to it while
it is in the premises of the consignee.
22. In the event of a contract being cancelled for any breach committed and the purchaser
effecting re-purchase of the stores at the risk and the cost of the contractor, the purchaser is
not bound to accept the lower offer of Benami or allied or sister concern of the contractor.
Page 9 of 52
23. LIQUIDATED DAMAGES:
In case the firm does not complete the supply within the fixed delivery period, liquidated
damages including administrative expenses and not by way of penalty a sum equivalent to
2% of the price of stores which the contractor has failed to deliver within the period fixed
for delivery in the schedule for each month or part of a month during which the delivery of
such stores may be in arrears where delivery thereof is accepted after expiry of the aforesaid
period, provided that the total damages so claimed shall not exceed 10% of the total contract
price. After the maximum limit of 10% of the contract value, purchaser reserve the right to
either extend further or cancel the contract.
24. DEFECT LIABILITY CLAUSE
In case of any defects in supply or manufacturing or not conforming to technical
specifications, observed during survey at consignee location or later during the warranty
period, the tenderer will be liable to replace the defective store at their cost.
25. PERFORMANCE SECURITY
In terms of clause 7 of condition of contract DGS&D-68 (revised) all the successful
tenderers against the Tender Enquiry irrespective of their registration status with DGS&D
and NSIC shall be required to furnish as specified in Schedule-II security deposit within 30
days of issue of contract for the due performance of the contract valid beyond 60 days of
warrantee/Guarantee period.
26. ARBITRATION:-
In the event of any question, dispute or difference arising under these conditions or any
special conditions of contract, or in connection with this contract (Except as to any matters,
the decision of which is specifically provided for by these or the special conditions), the
same shall be referred to the sole arbitration of an officer in the Min. of law, appointed to be
arbitrator by Director General CRPF. It will be no objection that the arbitrator is a
Government servant, that he had to deal with the matters to which the contract relates or that
in the course of his duties as a government servant he has expressed views on all or any of
the matters in dispute or difference. The award of the Arbitrator shall be final and binding
on the parties to this contract, it is term of this contract that:-
a. If the Arbitrator be a person appointed by the DG CRPF:-
In the event of his dying, neglecting or refusing to act, or resigning or being unable to
act, for any reason or his award being set aside by the court for any reason, it shall be
lawful for Secretary, Min. of Home Affairs either to proceed with the reference himself
or to appoint another person as Arbitrator in place of the outgoing Arbitrator in every
such case, it shall be lawful for the DG CRPF in place of the outgoing Arbitrator, as the
case may be to act on record of the proceeding as then taken in Arbitration, or to
commence the proceedings denovo as he may at his discretion decide.
b. It is further a term of this contract that no person other than the person appointed by him
should act as Arbitrator and that if for any reason that is not possible, the matter is not to
be referred to Arbitration at all.
c. The Arbitrator may with the consent of all the parties to the contract enlarge the time
from time to time for making and publishing the award.
d. Upon every and any such reference, the assessment of the cost incidental to the reference
and award respectively shall be in the discretion of the Arbitrator.
Page 10 of 52
e. Subject as aforesaid, the Arbitration Act , 1940 and the rules there under and any
statutory modification thereof for the time being in force shall be deemed to apply the
Arbitration proceedings under this clause.
f. The venue of Arbitration shall be the place where the contract is concluded or such other
place as the DG CRPF at his discretion may determine.
g. In this clause the expression the DG CRPF means the DG CRPF (of the Ministry of
Home Affairs) for the time being and includes, if there be no DG, the Officer who is for
the time being the administrative head of the CRPF, whether in addition to other
functions or otherwise.
h. Incase tenderers do not agree to Arbitration clause as mentioned in the tender enquiry,
they may opt for settlement through court in New Delhi, India Only. Jurisdiction of the
court as a result of this tender invitation will be the place from which the contract is
issued i.e New Delhi. All disputes arising out of the contract shall be settled in the
jurisdiction of Territory of Delhi under provisions of Indian Court of Law.
27. PATENT AND OTHER INDUSTRIAL/INTELLECTUAL PROPERTY RIGHT
The prices quoted in the present tender shall be deemed to include all amounts payable for
the use of patents, copyright, registration charges, trademarks and payment for any other
industrial property rights.
The tenderer shall indemnify the Purchaser 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 the use. The tenderer shall be
responsible for the completion of the supplies, irrespective of the fact of infringement of any
or all the rights mentioned above.
28. TRANSFER AND SUB-LETTING
The tenderer has no right to give, bargain, sell, assign or sublet or otherwise dispose of the
resultant contract or any part thereof, as well as to give or to let a third party take benefit or
advantage of the resultant contract or any part thereof.
29. FORCE MAJEURE CLAUSE
If at any time, during the continuance of this contract, the performance in whole or in part
by either party of any obligation under this contract shall be prevented or delayed by reason
of any war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods,
explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God (hereinafter
referred to “events”) provided, notice of the happening of any such event is given by either
party to the other within 21 days from the date of occurrence thereof, neither party shall by
reason of such event, be entitled to terminate this contract nor shall either party have any
claim for damages against the other in respect of such non-performance or delay in
performance, and deliveries under the contract. The contract shall be resumed as soon as
practicable after such event has come to an end or ceased to exist, and the decision of the
Purchaser as to whether the deliveries have been so resumed or not, shall be final and
conclusive, PROVIDED FURTHER that purchaser reserve the right to rescind the contract
and confiscate the PSD.
30. TERMINATION OF CONTRACT
Time shall be the essence of the contract. The Purchaser shall have the right to terminate
this Contract without any notice in part or in full in any of the following cases:
Page 11 of 52
a). The delivery of the material is delayed for causes not attributable to Force Majeure
after the scheduled date of delivery.
b) The Seller is declared bankrupt or becomes insolvent.
c) The delivery material is delayed due to causes of Force Majeure by more than 60
days.
d) In case Performance Security is not furnished within 30 days from the date of
issuing of AT.
31. Bulk supplies in the case of successful tenderer should conform to tender samples accepted
in trial evaluation in all respect besides specifications mentioned in Schedule-V.
32. Any query / Representation be addressed to DIG (Prov), Directorate General CRPF, Block
No.1. CGO Complex, Lodhi Road, New Delhi – 110003.
33. Place of submission of tender documents & sample/equipment for demonstration: i) Tender documents have to be submitted in the tender box (Provisioning) kept at
Reception-2, Directorate General, CRPF, Block No-1, CGO Complex, Lodhi Road, New Delhi-03 and one set of complete system with its full accessories to be given in Consignee location i.e. Group Centre, CRPF, Greater Noida, U.P. for demonstration.
ii) Original documents as per clause 13 (a) (1) duly completed in all respect are to be submitted in the tender box (Provisioning) kept at Reception-2, Directorate General, CRPF, Block No-1, CGO Complex, Lodhi Road, New Delhi-03 before specified time and date mentioned in the Schedule to Tender.
iii) Late/ Delayed/ Non submission of originals may result in rejection of bid.
]
iv) Tender samples sent on “FREIGHT TO PAY” basis will not be accepted. v) Tender samples of tenderers whose offers are not accepted may be collected by their
authorized representatives on requisition on letter head of the firm duly stamped,
signature and attested by the tenderers on hearing from this Directorate. In case samples
are not collected within the given time, the samples will be disposed off.
34. For any change in terms and condition of tender / tender specification, they are requested to
visit our websites https://eprocure.gov.in/eprocure/app and www.crpf.nic.in
35. JOINT RECEIPT INSPECTION
Joint Receipt Inspection (JRI) of delivered goods shall be conducted on receipt of store at
consignee locations. JRI will consist of: -
(i) Quantitative checking to verify that the quantities of the delivered goods correspond
to the quantities defined in the TE / Acceptance of Contract and the invoices.
(ii) Complete functional checking of the item/store as per specifications in this contract and
as per procedures and tests laid down by CRPF.
(iii) For JRI at consignee location(GC, Greater, Noida).
36. Tenderer should undertake to replace the defective store during Guarantee/Warranty clause.
37. (a) Those firms should respond who are the manufacturer of the stores or the Indian agent
of foreign principals which manufacture store specified in Tender specifications as brought out in Schedule-V of T.E.
(b) The Indian Agent of foreign manufacturers/principal are allowed to bid in the tender subject to the following conditions:-
Page 12 of 52
(i) The Indian Agents should be enlisted with DGS&D for tendered store. However
those Indian Agent(s) who have applied to DGS&D for registration/enlistment
before the time and date of opening of technical bids can also be considered
provided the enlistment with DGS&D is operational before opening of the price bid
and the Indian agent have informed the purchaser well in advance, of the price bid
opening date.
(ii) The Indian Agent will submit, along with the tender documents, a copy of the agreement with the foreign manufacturer/principal, giving particulars of precise arrangement with foreign principal and their interest in the business in India. Such agreement with foreign manufacturers/principal should be a long term agreement and not merely for the present tender. If the agreement is only for the present tender the offer received will be liable to be rejected.
(iii) The Indian Agent will provide details of the after sale service and post
contractual support i.e. repair, maintenance and supply of spare parts etc. For after sale service the Indian agent will be solely liable and responsible for its execution.
(iv) The Indian Agent will also be required to submit the details of his commission
or any other arrangements with foreign manufacturer/principal for providing
tendered items.
(v) Offer from firms whose business activities are limited to procuring items from manufactures, both Indian and foreign and supplying the same to purchaser without having after sales backup will not be entertained.
(vi) Indian agent of foreign manufacturer/principal have to quote the rates in INR only.
38. OPTION CLAUSE:-
The purchaser reserves the right to place order on the successful tenderers for additional
quantity upto 25% of the quantity offered by them at the rates quoted in the contract
39. GOVT REGULATIONS
It shall also be confirmed that, there are no Govt restrictions or limitation in the country of
the supplier or countries from which sub-components are being procured and/or for the
export of any part of the system being supplied. Suppliers/Contractors shall provide a
certificate to this effect. Non submission of this certificate tender liable to be rejected.
40. Tenderers should submit their performance statement in the enclosed proforma at Appendix-
4 of Tender Enquiry. The decision on the assessment of the past performance of the tenderer
by DG CRPF is final. Foreign suppliers should also submit certificate / report from the
chamber of commerce of country of origin of the manufacturers indicating the technical,
production and financial capability etc. of the manufacturer. In case, it is found that
information furnished is incomplete or incorrect, their tender will be liable to be ignored
Sd/- 10/02/2016
(Manas Ranjan)
Commandant(Proc) For and on Behalf of President of India
Page 13 of 52
SCHEDULE-II
SPECIAL INSTRUCTIONS
(If any instruction contained in this tender is contrary to instruction mentioned in special
instructions, the special instruction will prevail.)
1. Stores with Qty : Eye Ball / Video Surveillance Ball-06 Nos.
2. Time and date of receipt of online : 14 /04 /2016 by 1030 hrs.
& offline tender
3. Time and date for opening : 14/04/2016 at 1130 hrs.
Of offline/online Tender
4. Tender Cost : Rs. 500.00
5. Validity of offer : 6 months (180 days) from date of opening of
Tender
6. Inspecting Authority : To be detailed by Director General, CRPF.
7. EMD & Validity : Rs. 3,41,000/-(Rupees Three lakh forty one
thousand )only (EMD should valid for 225
days from the date of opening of tender)
8. Terms of Delivery
(a) (For foreign manufacturers) : CIP at consignee location.
(b) For Indigenous manufacturers : Free delivery upto consignees location as per
Schedule – IV
c) Consignee Location :- DIG DIG, Group Centre, CRPF, Greater Noida, U.P.
9. Delivery period : a) 03 Months from the date of finalization of
AT/Supply order, in case procurement is
made from indigenous firm.
b) 03 months after date of opening of LC in
case procurement is made from foreign firm.
10. Performance Security : 10% of contract value.
11. Guarantee / Warranty : 01 (one) Year
i) 01 (one) Year from the date of delivery of the said goods /stores /articles to the purchaser
and notwithstanding the fact that the purchaser (Inspector) may have inspected and /or
approved the said goods/stores/articles.
a) Response time after information will be 10 days.
b) Maximum time for repair/ replacement will be two weeks.
c) Penalty for repair/replacement beyond 2 week will be @ 0.5% of the cost of
equipment per week or part thereof.
Page 14 of 52
ii) REPAIR CLAUSE
The OEM, must give an undertaking to repair of equipment on case to case basis until 5
years after supply/induction of stores.
12. JOINT RECEIPT INSPECTION :
i) Joint Receipt Inspection shall be completed within 10 days of receipt of stores.
ii) If any defect is noticed in final inspection as not conforming to specification
before acceptance, the whole integrated unit must be replaced. If the defective part is
replaceable, the complete part must be replaced. Alternatively at purchaser’s option cost
of rejected stores to be refunded within 30 days of issue of notice of such rejection. The
consignee’s right of rejection in this regard will be final and absolute.
iii) The seller has to arrange one week of training for 24 personnel at consignee location on
operation, maintenance, fault finding and user level repair at free of cost.
13. Option Clause : The purchaser reserves the right to place order
on the successful tenderers for
additional quantity up to 25% of the quantity
offered by them at the rates quoted in the
contract.
14. Demonstration of Product for technical
evaluation Demonstration of one set of complete system
with its full accessories to be given in Group
Centre, CRPF, Greater Noida, U.P. on no cost
no commitment basis. All the tenderers are
required to demonstrate the equipment/product
offered by them before a board of officers (to
be detailed by DG,CRPF) for assessing the
technical suitability and performance of the
equipment as per tender enquiry specifications.
Offers of those firms are liable to be ignored,
whose equipment/product are not found as per
tender enquiry specifications. Price bids of
only those firms will be opened whose
technical bids as well as performance of their
equipment/products so demonstrated are found
acceptable as per requirement of the T.E
specification. If the supply is found inferior the
entire consignment will be rejected at the cost
,risk and freight of the supplier.
15. Online Price bids of only those will be opened whose technical bids as well as performance
of their equipment/products so demonstrated are found acceptable as per requirement of the T.E.
specification.
Page 15 of 52
16. PAYMENT TERMS:-
16.1 FOR INDIGENOUS FIRM/CONTRACTOR:-
i) 90% payment will be released on production of Line Committee
Report (LCR) of store by the consignee and Inspection certificate (JRI).
ii) Balance 10% will be released against:- a) Certificate issued by the purchaser that firm has submitted Performance Bank
Guarantee to the tune of amount equivalent to 10% of net contracted value
which is valid till 60 days beyond guarantee/warranty period.
b) Regularization of the case, if supply is made beyond fixed Delivery Period.
16.2 FOR CIP CONTRACT
A) Unless otherwise prescribed, the payment for CIP at consignee location contracts
shall be as under:-
The Manufacturers will be paid 90 % of the net CIP at consignee location price on
presentation of following documents:-
a) 4 copies Commercial invoice
b) 1 copy Packing List
c) 1 copy Air way bill
d) 4 copies Manufacturers test certificate
e) 1copy Certificate from the supplier that the original shipping/air
freight documents have been dispatched to the consignee in
accordance with the terms of the contract (Acceptance of
Tender)
f) 1 copy Certificate regarding country of origin.
g) 1 copy Transit Insurance.
B) Balance 10 % after inspection and acceptance by the consignee in India on
submission of performance guarantee of 10% of net CIP at consignee location, price
valid till the warranty period to CRPF and on receipt of successful consignment,
training provided to personnel at consignee location before claiming payment.
C) MODE OF PAYMENT ( For Foreign Manufacturers only )
The payment to the foreign bidders will be made through irrevocable letter of credit
opened through State Bank of India. In case supplier desires letter of credit to be
confirmed by designated foreign bank, such confirmation charges will be payable by
him.
Page 16 of 52
17. MANUFACTURERS
Indian manufacturers operating from SEZ areas must provide following additional details:-
i) Firms to intimate Custom duty exemption they got for import of plant and machinery
etc. during set up.
ii) Firms to intimate import content in their product being offered.
iii) Custom duty exemption applicable on their product being offered.
iv) Exemptions received on taxes and duties on import of plant and machinery and its
proportionate impact on the cost of production per unit. (This cost per unit should be
calculated based on maximum production capacity or the actual production which
ever is lower.
v) SEZ firms must also provide details of customs duties and other taxes forgone by the
GOI due to treating sales to Domestic Tariff Area as exports.
vi) These details would/may be added back to the actual quoted price to find out the
national cost to GOI.
18. Quantity to be offered : Full quantity(06 Nos)
19. PRICE
a) Prices be quoted in figures as well as in words in Indian Rupees (INR) ( for Indian
firm) or US $ or Euro (for foreign firm) only. Incase , price is quoted in Foreign
currency i.e. US$ or Euro, selling exchange rates on the date of opening of Tender will
be considered to calculate the equivalent amount in rupees for the purpose of
evaluation of commercial bids only However, prices Ex-works and the break-up of
the different elements of prices i.e. Basic cost and other charges should be quoted as
Price Bid in Appendix-8.
b) Details submitted by the SEZ firms as asked at para 17 may be taken into account
while calculating L-1 status.
20. Important Note: The equipment should be BRAND NEW, Lot/Model No. Batch No./Year
of manufacturer name of manufacturer should be given.
21. Packing & Marking
(i) The packing and preservation of the supplied goods shall be airworthy
and roadworthy so that it may provide their safety during transit period. The
Seller shall guarantee that the packing is strong enough to withstand the safety of
the goods during transportation.
Each packing case shall have labels as follows: -
Contract No.____________________________________________________
DG CRPF, Block No. 1, CGO Complex, Lodhi Road New Delhi- 110003.
All damages which may occur as a result of defective packing shall be borne by the seller.
(ii) Drawing or Sketches (Plan) showing outside dimensions for all oversize packages
which fall outside the standard moving dimensions should be prepared so that
movement can be planned in advance.
22. DESPATCH INSTRUCTIONS AND DOCUMENTATION
Page 17 of 52
The delivery of the goods shall be effected by Air. The Seller shall intimate to the Purchaser, by e-mail, telex or fax and Air mail/Speed Post 6 weeks in advance, the anticipated date of delivery of each consignment.
23. LIQUIDATED DAMAGE FOR DELAY IN SUPPLIES
The ppurchaser can recover from the contractor as agreed liquidated damages including
administrative expenses and not by way of penalty a sum equivalent to 2% of the price of
any stores which the contractor has failed to deliver within the period fixed for delivery in
the schedule for each month or part of a month during which the delivery of such stores may
be in arrears where delivery thereof is accepted after expiry of the aforesaid period, provided
that the total damages so claimed shall not exceed 10% of the total contract price.
24 AGENT AND AGENCY COMMISSION
The seller confirms and declares to the Purchaser that the seller is the original manufacturer
of the stores 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, 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 Purchaser that the present declaration is in any way incorrect or if at a later stage it is
discovered by the Purchaser 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
personal party, firm or institution, whether before or after the signing of this contract the
Seller will be liable to refund that amount to the Purchaser. 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 Purchaser 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 eventuality be liable to refund all payment made by the Buyer in terms of the Contract
along with interest at the rate of 2 % per annum above LIBOR rate. The Purchaser will also
have the right to recover any such amount from any contracts concluded earlier with the
Government of India.
25. ACCESS TO THE BOOKS OF ACCOUNT
In case it is found to the satisfaction of the Purchaser 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 Purchaser shall provide necessary information/inspection of the
relevant financial documents/information.
26. (a) Technical Literature
Tenderers should mandatorily submit a technical literature/brochure with their tenders
clearly mentioning the compliance of each and every technical parameters as per
specifications mentioned at Schedule-V of T.E. Compliance statement should clearly
indicate the relevant page No. of the brochure/literature.
Page 18 of 52
27. Training
One week duration of training for 24 personnel at consignee location ( i.e. GC CRPF
Greater Noida, UP) on no cost no commitment basis on operation, maintenance, fault
finding and user level repair of Eye Ball / Video Surveillance ball is required .
28. END USER CERTIFICATE
It is certified that samples of Eye Ball/Video Surveillance Ball along with its spare parts,
Gauges and accessories required against this tender will be issued by CRPF for trial
evaluation and will not be sold or transferred to other countries. It is further certified that the
Eye Ball/Video Surveillance Ball along with its spare parts, Gauges and accessories are
required to be used by Central Para Military Forces and Police Forces and will not be sold
or transferred to other countries.
Sd/- 10/02/2016
(Manas Ranjan)
Commandant(Proc)
For and on behalf of President of India
Page 19 of 52
SCHEDULE-III
LIST OF STORE
Sl.
no.
Name of store Quantity
1 Eye Ball / Video Surveillance Ball 06 Nos
Sd/- 10/02/2016
(Manas Ranjan)
Commandant(Proc)
For and on behalf of President of India
Page 20 of 52
SCHEDULE-IV
List/address of Consignee
Sl.No. Name & Address of consignee Quantity
1. DIGP, Group Centre, CRPF, Greater Noida, Opposite Dewoo
Motors, Dadri Road, G.B.Nagar ( U.P) -201306
Tel. No. 0120- 2350025, Fax- 2350730 .
Email : [email protected]
06 Nos
Sd/- 10/02/2016
(Manas Ranjan)
Commandant(Proc)
For and on behalf of President of India
Page 21 of 52
SCHEDULE-V
QRs/ TECHNICAL SPECIFICATIONS OF EYE BALL/VIDEO SURVEILLANCE BALL
General
1. Sensor: The video surveillance ball should have following features
a) It should have audio and video svl capacity
b) Should be rugged enough to survive a “throw” or “roll” of more than 20 mts with
landings in rough terrain, concrete, piles of debris, or through windows.
c) 360º audio and video coverage
d) Continuous operation up to 2 Hrs
e) Night vision capability
2. Receiver: The portable Remote Display Unit should have a TFT display of minimum five
inches or more with inbuilt DVR capability to record and play back. This should have output
facility for recording on external device.
3. Technical Specification
Ser.
No.
Features Specifications Remarks by vendors
/Firms
(a) Image sensor
(i) Resolution More than 450 TV lines
(ii) Frame rate Line Video minimum 25 fps
(iii) Shutter operation Automatic
b) Audio Microphone
i) Audio mike detection Omni directional
ii) Sensitivity of audio mike Should detect human voice
from 5 m or more
iii) Squelch Automatic squelch to
decrease noise
c) Video and Audio Transmission
i) Indoor transmission dist 25 mtr minimum
ii) Outdoor transmission dist 100 mtr minimum
iii) Frequency of control and
feed back link/net
License free
d) Illumination
i) Illumination wavelength Illumination by using near
infrared LEDs
ii) Illumination distance 5 mtr or more
iii) Light sensor Automatic and manual
control of illuminating light
depending on light condition
of target area
Page 22 of 52
e) Camera
i) Camera Range of sensor ball Less than 1 meter to 20 m or
more
ii) Pan and Zoom Pan 360, 2x Digital Zoom,
day/night camera.
f) Mechanical specifications
i) Dimensions of Ball unit 100 mm Diameter or less
ii) Weight 1 Kg (max)
iii) Stabilization and Motion Quick self stabilization
g) Power source
i) Rechargeable battery LiON/LIPO
ii) Battery operation capacity Ball Unit: Minimum 2 Hrs
PDU: Minimum 3 Hrs
iii) Battery Charger For PDU and Sensor
iv) Battery charging time Less than 4 hours
v) Battery Charger input 220V, 50 Hz AC Mains and
provision for Charging from
the vehicle.
h) Remote display Unit with system
software
The portable Remote Display
Unit should have a TFT
display of minimum five
inches along with the system
software
i) Output connection S – Video/AV and earphone
connectors for audio
j) IP Standard for Ball units IP 65 or better
k) Accessories:- The following
accessories to be supplied with each
system in hard carrying case.
i) Throw able camera ball 02
ii) Training ball 01
iii) Portable Operator Control
Unit with Jacket and bty
charger
01
iv) Camera Ball Charger 02
v) Head phones 01
vi) Telescopic pole with adaptor 01
vii) Spare Powering pin 02
viii) User Manual 01
ix) Quick Reference Guide 01
x) Ground Spike 01
xi) Door Hanger for Throw able
camera ball
01
xii) Tripod 02
xiii) Retrieval rope 02
l) Additional battery charger for PDU
and Ball units per deployment kit
01 x each charger for PDU
and Ball unit
m) Carrying case
A single soft backpack type
carrying case housing the complete
Page 23 of 52
equipment and its accessories less
the pole. A soldier should be able to
carry the equipment on his back
conveniently. It should be preferably
of camouflage pattern
Misc Aspects
4. Literature : Operating and Technical literature for each discrete components of system
should be in English language
5. Demonstration and Training: Demonstration of one set of complete system with its full
accessories to be given in Delhi on no cost no commitment basis. In site training of users for
three day on operation, maintenance, fault finding and user level repairs.
*********************************************
Page 24 of 52
SCHEDULE-VI
Instructions for Online Bid Submission
Instructions for Online Bid Submission:
As per the directives of Department of Expenditure, this tender document has been published on the
Central Public Procurement Portal (URL: http://eprocure.gov.in). The bidders are required to
submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature
Certificates. The instructions given below are meant to assist the bidders in registering on the CPP
Portal, prepare their bids in accordance with the requirements and submitting their bids online on
the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link
“Click here to Enroll” on the CPP Portal is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These would be used for any communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with
their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID /
password and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
1) There are various search options built in the CPP Portal, to facilitate bidders to search
active tenders by several parameters. These parameters could include Tender ID,
organization name, location, date, value, etc. There is also an option of advanced search for
tenders, wherein the bidders may combine a number of search parameters such as
organization name, form of contract, location, date, other keywords etc. to search for a
tender published on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, they may download the
required documents / tender schedules. These tenders can be moved to the respective ‘My
Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-
mail in case there is any corrigendum issued to the tender document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.
Page 25 of 52
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF
formats. Bid documents may be scanned with 100 dpi with black and white option.
4) To avoid the time and effort required in uploading the same set of standard documents
which are required to be submitted as a part of every bid, a provision of uploading such
standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been
provided to the bidders. Bidders can use “My Space” area available to them to upload such
documents. These documents may be directly submitted from the “My Space” area while
submitting a bid, and need not be uploaded again and again. This will lead to a reduction in
the time required for bid submission process.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that he/she upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any
delay due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
applicable and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document.
The original should be posted/couriered/given in person to the Tender Processing Section,
latest by the last date of bid submission. 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. Otherwise the uploaded bid will be rejected.
5) A standard BOQ(Price Bid) format has been provided with the tender document to be filled
by all the bidders. Bidders are requested to note that they should necessarily submit their
financial bids in the format provided and no other format is acceptable. Bidders are
required to download the BOQ(Price Bid) file, open it and complete with their respective
financial quotes and other details (such as name of the bidder). Once the details have been
completed, the bidder should scan it and submit it online as Price Bid format. If the
BOQ(Price Bid) file is found to be modified by the bidder, the bid will be rejected.
6) The serve time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed
Page 26 of 52
by unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done.
8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
9) Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date &
time of submission of the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of
the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP
Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for
the helpdesk is 1800-3070-2232, Mobile No.7878507972 / 73 and [email protected]
Page 27 of 52
SCHEDULE-VII
TRIAL DIRECTIVE FOR VIDEO SURVEILLANCE BALL
General:
1. Sensor: The video surveillance ball should have following features. (The following features
are required to be checked physically by the Board of Officers/STEC)
a) It should have audio and video svl capacity
b) Should be rugged enough to survive a “throw” or “roll” of more than 20 Mts with landing
in rough terrain, concrete, piles of debris, or through windows.
c) 360o
audio and video coverage.
d) Continuous operation up to 2 Hrs.
e) Night Vision capability.
2. Receiver: The portable Remote Display Unit should have a TFT display of minimum five
inches or more. (To be checked by the Board of Officers/STEC)
3. Technical Specification
Sl.
No.
PARAMETERS Procedure suggested
for trial
Result
expected/desired
Complied/Not
Complied
a) Image sensor
i) Resolution:- more than
450 TV lines.
Check the supporting
documents provided
by the OEM/NABL
accredited lab
certificate
Check the certificates
submitted . In case of
any doubt the
veracity of same be
checked from
concerned lab.
ii) Frame rate: line video
minimum 25 fps.
Check the supporting
documents provided
by the OEM/NABL
accredited lab
certificate
Check the certificates
submitted. In case of
any doubt the
veracity of same be
checked from
concerned lab.
iii) Sutter operation:-
automatic.
Should be checked
physically by the
Board of Officers.
Shutter operation
must be automatic
b) Audio microphone
i) Audio mike detection:-
Omni directional.
Should be checked
physically by the
Board of Officers by
checking input from
all around.
Mike detection must
be from any corner.
ii) Sensitivity of audio
mike:- should detect human
voice from 5m or more
Should be checked
physically by the
Board of Officers
with the help of
measuring tape.
Should detect the
human voice from 5
m or more.
Page 28 of 52
iii) Squelch:- Automatic
squelch to decrease noise.
Should be checked
physically by the
Board of Officers
Must decrease
automatically.
c) Video and Audio
Transmission
i) Indoor transmission dist:-
25 mtr minimum.
Should be checked
physically with the
help of measuring
tape.
Indoor transmission
must be 25 mtr
minimum.
ii) Outdoor transmission
dist:- 100 mtr minimum.
Should be checked
physically with the
help of measuring
tape.
Outdoor transmission
must be 100 mtr
minimum.
iii) Freq of control and feed
back link/net:- license free.
Check the supporting
documents provided
by the OEM.
Check the certificates
submitted. In case of
any doubt the
veracity of same be
checked from
concerned OEM.
d) Illumination
i) Illumination wavelength:-
illumination by using near
infrared LEDs.
Should be checked
physically with the
help of IR sensor and
also Check the
supporting documents
provided by the
OEM.
Check the certificates
submitted. In case of
any doubt the
veracity of same be
checked from
concerned OEM.
ii) Illumination distance:- 5
mtr or more.
Should be checked
physically in the dark
room with the help of
IR sensor and
measuring tape.
Illumination distance
must be 5 mtr or
more.
iii) Light sensor:-
Automatic and manual
control of illuminating light
depending on light
condition of target area.
Should be checked
physically in the dark
room with the
different light
conditions of target
area by the Board of
Officers.
The light sensor
illumination must
adjust automatically
as well as manually
with light condition
of the target area.
e) Camera
i) Camera range of sensor
ball: Less than 1 meter to
20 m or more
Should be checked
physically with the
help of measuring
tape by the Board of
Officers.
Camera range of
sensor ball (video
surveillance ball)
must be less than 1
meter to 20 m or
more.
ii) Pan and zoom: pan 360,
2x digital zoom, day/night
camera.
Should be checked
physically with the
help of Integrated
Test Station by the
Board of Officers.
Pan must be 360
degree and zoom
must be 2x digital
zoom.
Page 29 of 52
f) Mechanical specifications
i) Dimensions of ball unit:
100 mm or less
Should be checked
physically with the
help of measuring
scale by the Board of
Officers.
Dimension of ball
must be 100 mm or
less
ii) Weight:- 1kg Maximum. Should be checked
physically with the
help of weighing
machine by the Board
of Officers.
Weight not to exceed
1 Kg.
iii) Stabilization and
motion:- Quick self
stabilisation
Should be checked
physically by the
Board of Officers.
Stabilization must be
self and quick.
g) POWER SOURCE
i) Rechargeable Bty:- Li-
ON/LIPO
Should be checked
physically by the
Board of Officers
Bty must be Li-
ON/LIPO.
ii) Bty operation capacity:-
Ball Unit: Min. 2 Hrs
PDU: Min. 3 Hrs
i) Should be checked
physically by the
Board of Officers.
ii) Switch on the ball
unit.
iii) It must run min 2
Hrs, check with the
help of stop watch.
Ball unit and PDU
must run
continuously for two
hrs and three hrs
respectively.
iii) Bty Charger: For PDU
& Sensor
Should be checked
physically by the
Board of Officers.
Bty charger for PDU
& sensor must be
provided.
iv) Bty charging time: Less
than 4 Hrs
Should be checked
physically after
connecting to AC
mains supply.
It Should charge the
bty in less than 4 Hrs.
Charging must be
completed in less
than 4 Hrs.
v) Bty charger Input: 220V,
50 Hz AC mains and
provision for charging from
the vehicle.
Should be checked
physically by the
Board of Officers.
Charging input from
AC 220 v 50 Hz and
also from vehicle
battery.
h) Remote Display Unit with
System Software:- The
portable Remote display
unit should have a TFT
display of minimum five
inches along with the
system software.
Five inch TFT
display should be
physically checked by
the Board of Officers.
The Portable Remote
display unit must
have a TFT display of
minimum five inches
along with the system
software.
i) Output Connection: S-
Video/AV & Earphone
connection for Audio
Should be checked
physically by the
Board of Officers.
Must have Output
Connection S-
Video/AV &
Earphone Connection
Page 30 of 52
for Audio.
j) IP Standard for Ball Units:
IP 65 or better.
Check the supporting
documents provided
by the NABL
accredited Lab.
Check the certificates
submitted. In case of
any doubt the
veracity of same be
checked from
concerned lab.
k) Accessories:-
The following accessories
to be supplied with each
system in hard carrying
case:
i) Throw able camera ball:
02 nos.
ii) Training ball: 01 nos.
iii) Portable Operator
Control unit with Jacket
and bty charger:- 01 nos.
iv) Camera Ball Charger:-
02 nos.
v) Head phones:- 01nos.
vi) Telescopic pole with
adaptor:-01 nos.
vii) Spare powering pin:-
02 nos.
viii) User Manual:- 01 nos.
ix) Quick Reference
Guide:- 01 nos.
x) Ground Spike:- 01 nos.
xi) Door Hanger for Throw
able camera ball: 01 nos
xii) Tripod: 02 nos
xiii) Retrieval rope:- 02
nos.
Should be checked
physically by the
Board of Officers.
Must have all the
accessories.
l) Additional battery charger
for PDU and Ball units per
deployment kit:- 01 x each
charger for PDU and ball
unit.
Should be checked
physically by the
Board of Officers.
Must have 01 no
additional bty charger
for PDU and ball
unit.
m) Carrying case
A single soft backpack type
carrying case housing the
complete equipment and its
accessories less the pole. A
soldier should be able to
carry the equipment on his
back conveniently. It
should be preferably of
camouflage pattern.
Should be checked
physically by the
Board of Officers.
Must have soft
backpack type
carrying case.
Page 31 of 52
APPENDIX -1
OFFER OF STORES
From :
________________________________________
________________________________________
________________________________________
TENDER NO. ____________________
Dear Sir,
I/We hereby offer to supply the stores detailed in the schedule hereto or such portion
thereof as you may specify in the acceptance of Tender at the price given in the said schedule and
agree to hold this offer open till__________________, I/We shall be bound by a communication of
acceptance within the prescribed time.
2. I/We have understood all the instructions to tenderer in the Tender Enquiry and have
thoroughly examined the specification drawing and/or pattern quoted in the schedule hereto and
am/are fully aware of the nature of the stores required and my/our offer is to supply stores strictly in
accordance with the requirements.
3. All the appendices from 1 to 11 in Technical bid envelope & appendices no 8 in price bid
envelope have been submitted duly filled in & signed.
4. The following pages from page No.1 to Page No.________have been added to and will form the
part of this tender ______________________________________________________.
Yours faithfully
(SIGNATURE OF TENDERER)
ADDRESS _________________
DATED ___________________
SIGNATURE OF WITNESS
ADDRESS _________________
DATED ___________________
Full name and address of the
Tenderer in addition to post Box
No., if any, should be quoted in all
communications to this office
Contractor’s
Telegraphic Address
/ Telephone No. /
FAX No. & E-mail
Address
Page 32 of 52
APPENDIX-2
DETAILS OF FIRM/MANUFACTURER
1. Details of manufacturer.
(a) Name :
(b) Office :
(i) Address :
(ii) Telephone :
Land line
Mobile
:
(iii) Fax :
(ii) e-mail :
(b) Works :
(i) Address :
(ii) Telephone :
(iii) Fax
(c) Contact person
(i) Office :
(ii) Address :
(iii) Telephone :
Land line :
Mobile :
(iv) Fax :
(v) e-mail :
2. In case of foreign firm, contact person in
Delhi/ India.
(a) Name :
(b) Address :
(c) Name of company :
(d) Telephone :
Land Line :
Mobile :
(e) e-mail :
(f) Fax :
3. Please confirm that you have offered
packing as per tender enquiry
requirements. If not indicate
deviations.
Page 33 of 52
4. Gross weight of consignment. (Net weight
of each item)
5. PAN
6. Confirm whether you have attached
photocopy of PAN Card duly attested.
7. Status
(a) Indicate whether you are LSU or SSI.
(b) Are you registered with DGS&D for
the item quoted? If so, indicate
whether there is any monetary limit on
registration.
(c) If you are a Small Scale Unit
registered with NSIC under Single
Point Registration Scheme, whether
there is any monetary limit.
(d) In case you are registered with NSIC
under Single Point Registration
Scheme for the item quoted, confirm
whether you have attached an attested
photocopy of the registration
certificate indicating the items for
which you are registered.
8. Banker:-
(a) Name :
(b) Address :
(c) Telephone :
(d) e-mail :
(e) Fax :
9. Business name and Constitution of
the firm. Is the firm registered
under :-
(i) The Indian Companies Act, 1956
(ii) The Indian Partnership Act,1932.
(Please also give name of partners)
Page 34 of 52
(iii) Any Act; if not, who are the
owners. (Please give full names
and address.)
10. Whether the tendering firm is Manufacturer of
the store specified in the tender.
11. If stores offered are manufactured in India,
please state whether all the raw materials,
components etc used in their manufacture
are also produced in India. If not give
details of materials components etc, that
are imported and their break up of the
Indigenous and Imported components
together with their value and proportion it
bears to the total value of the store should
also be given.
12. State whether raw materials are held in
stock sufficient for the manufacture of the
stores.
13. Please indicate the stocks in hand
at present time.:
i) Held by you against this Enquiry.
(ii) Held by M/s.___________ over
which you have secured an option.
14. Do you agree to Sole Arbitration by
Secretary Ministry of Home Affairs or by
some other person appointed by him as
provided in Clause 24 of the General
Conditions of Contract Form DGS&D-68
(Revised) (Your acceptance or non-
acceptance of this clause will not
influence the decision of the tender. It
should, however, be noted that an
omission to answer the above question
will be deemed as an acceptance of the
Clause).
15. For Partnership firms state whether they
are registered or not registered under
Indian Partnership Act, 1932. Should the
answer to this question by a Partnership
firm be in the affirmative, please state
further :-
Page 35 of 52
(a) Whether by the partnership
agreement, authority to refer disputes
concerning the business of the
partnership to arbitration has been
conferred on the partner who has
signed the tender.
(b) If the answer to (a) is in the negative,
whether there is any general power of
attorney executed by all the partners
of the firm authorizing the partner
who has signed the tender to refer
dispute concerning business of the
partnership to arbitration.
(c) If the answer to either (a) or (b) is in
the affirmative, furnish a copy of
either the partnership agreement or
the general power of attorney as the
case may be.
N.B.: (1) Please attach to the tender a copy of
either document on which reliance is
placed for authority of partners or the
partner signing the tender to refer
disputes to arbitration. The copy
should be attested by a Notary
Public or its execution should be
admitted by Affidavit on a properly
stamped paper by all the partners.
(2) Where authority to refer disputes to
arbitration has not been given to
the partner signing the tender the
tenders must be signed by every
partner of the firm.
16. Here state specifically:
(i) Whether the price tendered by you
is to the best of your knowledge
and belief, not more than the price
usually charged by you for stores
of same nature/class or description
to any private purchaser either
foreign or as well as Govt.
purchaser. If not state the reasons
thereof if any. Also indicate the
margin of difference.
Page 36 of 52
(ii) In respect of indigenous items for
which there is a controlled price
fixed by law, the price quoted shall
not be higher than the controlled
price, and if the price quoted
exceeds the controlled price the
reasons thereof should be stated.
17. Are you.
(i) Holding valid Industrial
Licence(s)/Registration Certificate
under the Industrial Development
and Regulation Act, 1981. If so,
please give particulars of Industrial
Income Registration Certificate.
(ii) Exempted from the licencing
Provision of the Act for the
manufacture of item quoted against
this tender. If so, please quote
relevant orders and explain your
position.
(iii) Whether you possess the requisite
licence for manufacture of the
stores and/or for the procurement
of raw materials belonging to any
controlled category required for the
manufacture of the store? In the
absence of any reply it would be
assumed that no license is
required for the purpose of raw
materials and/or that you possess
the required licence.
18. State whether business
dealings with you have been
banned by Min./Deptt. of
Supply/Min. of
Home Affairs?
19. Please confirm that you have read
all the instructions carefully and
have complied with them
accordingly.
20. Sale Tax office Address.
Page 37 of 52
21. Income Tax office Address.
Signature of Witness: Signature of Tenderer:
Full name
(Block letters)
Address:-
(1) Full name
(Block letters).
(2) Address
(2) Whether signing as Proprietor/ Partner/ Constituted
Attorney/duly authorized by the Company.
N.B:- TENDERERS SHOULD FURNISH SPECIFIC ANSWERS TO ALL THE QUESTIONS. TENDERERS
MAY PLEASE NOTE THAT IF THE ANSWERS SO FURNISHED ARE NOT CLEAR AND/OR ARE
EVASIVE, THE TENDER WILL BE LIABLE TO BE IGNORED
Page 38 of 52
APPENDIX -3
QUESTIONNAIRE ABOUT MANUFACTURER
1. Name & Address of contractor ____________________________________________
2. a) Whether registered with DGS&D
for subject stores Yes No.
b) If yes, monetary limit Rs.
(Enclose attested photocopy (Lakh) (Without limit)
of Regn. Certificate)
c) Validity Date
Permanently
3. a) Whether registered with NSIC
for subject store Yes No
b) If yes, monetary limit Rs.
(Enclose attested photocopy (Lakh) (Without limit)
of Regn. Certificate)
c) Validity Date
4. Whether past supplier of subject store to DGS&D
Or Min. of Home Affairs during the last 3 years.
Yes No
(If yes, submit performance report in enclosed Performa)
5. Terms of delivery :
i) Foreign Manufacturers : CIP at consignee location
YES NO
ii) Indigenous Manufacturers
(Free delivery to consignee’s location) YES NO
6. a) Delivery period in months from Months
the date of placement of order/
Approval of Advance Sample.
b) Production capacity per month____________Nos.
Page 39 of 52
7. Acceptance to conditions of contract as
Contained in DGS&D-68 (Revised) amended Yes No
up to date and those contained in Yes No
Pamphlet No. DGS&D-229 read with
Annexure attached.
8. Have you enclosed required Earnest Money:
Yes No
9. Do you accept tolerance clause:
Yes No
10. Do you accept Liquidated damage clause
Yes No
11. Do you accept Guarantee/Warranty clause
Yes No
12. Do you accept Arbitration clause
Yes No
13. Whether store fully conforms to the tendered
Specifications as per Schedule-V
Yes No
14. Do you agree to trial /demonstration clause
Yes No
15. Have you ever been blacklisted in your country/
Abroad by any Govt./other purchasing agency
Yes No
16. Do you accept repair and training clause
Yes No
Signature of Tenderer :
Name in Block letters :
Capacity in which :
tender is signed
Full Address :
:
:
:
Page 40 of 52
APPENDIX-4
PERFORMANCE STATEMENT FOR LAST THREE YEARS
Name of Firm: __________________________________________________________________
1. Contract Nos. & details of :
Firms/agencies to whom supplied
2. Description of Stores :
3. Quantity on order :
4. Value :
5. Original D.P. :
6. Qty. supplied within original D.P. :
7. Final Ext. D.P. :
8. Last supply position. :
9. Reasons for Delay in supplies :
(if any)
Signature of Tenderer
Page 41 of 52
APPENDIX- 5
FORM -7
PROFORMA FOR EQUIPMENT AND QUALITY CONTROL
1. Tender No. & Date______________ for the supply of ___________
2. Details of firm
(a) Name :
(i) Office :
(ii) Address :
(iii) Telephone :
(iv) Fax :
(v) e-mail :
(b) Works :
(i) Address :
(ii) Telephone :
(iii) Fax :
(iv) e-mail :
3. Location of manufacturing works / factory.
Factories owned by you (Documentary). In case
you do not own the factory but utilize the factory
of some other firm for the manufacture/
fabrication of the stores for which you apply for
registration on lease or other base you should
furnish a valid legal agreement of the factory
of______________________________________
(here indicate the name of the firm whose factory
is being utilised) has been put at your disposal
for the manufacture /fabrication of the stores for
which registration has been applied for.
4. Brief description of the factory (e.g.area covered
accommodation, departments into which it is
divided, laboratory etc.)
5. Details of plant and machinery erected and
functioning in each department (Monograms and
descriptive Pamphlets should be supplied, if
available).
6. Whether the process of manufacture in factory is
carried out with the aid of power or without it.
7. Details and stocks of raw material held (state
whether imported or indigenous) against each
item.
Page 42 of 52
8. Production capacity of each item with the
existing plant & machinery:
(a) Normal
(b) Maximum
9. Details of arrangements for quality control of
products such as laboratory etc.
10. (a) Details of Technical/ Supervisory
Staff incharge of production
& Quality control.
b) Skilled labour
employed.
(c) Unskilled labour
Employed.
(d) Maximum No. of workers (Skilled &
Unskilled) employed on any day
during the 18 months preceding the
date of application.
PLACE :
DATE :
SIGNATURE OF THE TENDERER
Designation_____________________
Company/ Firm__________________
N.B. : (1) Details under column 5 to 10 inclusive need to be restricted to the extent they
pertain to the item(s) under reference.
Page 43 of 52
APPENDIX-6
BANK GUARANTEE FORMAT FOR FURNISHING EARNEST MONEY DEPOSIT (EMD)
Whereas…………………………………………………………………………….. (hereinafter
called the “tenderer”) has submitted their offer
dated…………………………………………………………….. for the supply
of…………………………………………………………………………… (hereinafter called the
“tender”) against the purchaser’s tender enquiry No…………………………………………………
KNOW ALL MEN by these presents that WE …………
of………………………………………………...…………having our registered
office at …………………………are bound unto……… (hereinafter called the “Purchaser) in the sum
of …………………………………for which payment will and truly to be made to the said Purchaser,
the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of
the said Bank this…………………………day of……………………….2016.
THE CONDITIONS OF THIS OBLIGATION ARE: (1) If the tenderer withdraws or amends, impairs or derogates from the tender in any respect
within
the period of validity of this tender. (2) If the tenderer having been notified of the acceptance of his tender by the Purchaser during the
period of its validity:- a) If the tenderer 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 Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its demand the
Purchaser 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 up to 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.
When communication is received from or on behalf of DG CRPF to invoke this Bank
Guarantee, the amount will be remitted to in favour of DIG (Prov,) Dte. Genl., CRPF payable at
SBI, CGO Complex, New Delhi (Code No.7837) ……………………………………
(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
Page 44 of 52
APPENDIX-7
GUARANTEE/WARRANTY
i) Except as otherwise provided in the invitation to the tender the contractor hereby declares
that the goods, stores, articles sold/supplied to the purchaser under this contract shall be of
the best quality and workmanship and new in all respects and shall be strictly in accordance
with the specifications and particulars contained/mentioned in the contact. The contractor
hereby guarantees that the said goods/stores/articles would continue to conform to the
description and quality aforesaid upto the one year, from the date of delivery of the said
goods/stores/articles to the purchaser and notwithstanding the fact that the purchaser
(Inspector) may have inspected and/ or approved the said goods/ stores/ articles, if during
the one year , the said stores/goods/articles be discovered not to confirm to the description
and quite aforesaid or not giving satisfactory performance or have deteriorated, the
decision of the purchaser in that behalf shall be final and binding on the contractor and the
purchaser shall be entitled to call upon the contractor to rectify the goods/stores/articles or
such portion thereof as is found to be defective by the purchaser within a reasonable
period or such specified period as may be allowed by the purchaser in his discretion on/an
application made thereof by the contractor and in such an event, the above mentioned
warranty period shall apply to the goods/ stores/ articles rectified from the date of
rectification thereof otherwise the contractor/seller shall pay the purchaser such
compensation as may arise by reason of the breach of warranty herein contained.
ii) Guarantee that they will supply spare parts, if and when required on agreed basis for an
agreed price. The agreed basis could be and including but without any limitation on agreed
discount on the published catalogue or on agreed percentage of profit on the landed cost.
iii) Warranty to the effect that before going out of production for the spare parts they will give
adequate advance notice to the purchaser of the equipment, so that the latter may undertake
the balance of the lifetime requirements.
iv) Warranty to the effect that they will make available the blue prints of drawing of the spares
if and when required in connection with the main equipment.
v) The contractor will have to disclose the exact details of the system of after sales service
and maintenance including the infrastructure for the purpose in India and also the total
number / technical qualification of the personnel deputed for the purpose and their contact
phone numbers /identifications, whether they belong to some Indian company with which
the foreign manufacturer has some arrangement or employed directly by them.
Page 45 of 52
APPENDIX-8
U.II-1156/2015-16-Proc-VI Dated February,2016
PROFORMA FOR COMMERCIAL BID/PRICE BID
{TO BE FILLED BY THE BIDDER & ATTACHED SEPARATELY IN SECOND COVER}
Sl no S/No Nomenclature of
items
Qty
In
Nos
Unit
Price Ex-
Factory
CIP, Airport,
New Delhi/
Consignee
location
Any
other
charges
Net
Unit
Price
Total
Price
1 2 3 4 5 6 7 8
01 Eye Ball/ Video
Surveillance Ball
06
Note :
a) Rate will be compared by taking cost of Eye Ball/Video Surveillance Ball as per technical specifications.
b) Entry tax/Octroi/Toll tax will be paid at actual. c) Tenderers are required to indicate basic rate, custom duty, excise duty, sales tax/VAT and any
other leviable taxes/charges separately within above performa. Such
taxes/duties/charges reflected outside the performa will not be accepted. SEZ manufacturer should also to provide :
i) Custom duty paid or forgone on imported products. ii) The custom duty waived off on import of plant and machinery and on import of raw
materials be added to the pre-unit cost based on installed capacity or the actual production whichever is less.
iii) Further the custom duty not paid because of CDEC should also be added to the cost of
the SEZ manufacturer while comparing it with a non SEZ manufacturer in India.
Signature of tenderer
Name of tenderer
Date
Page 46 of 52
Appendix-9
COMPLIANCE STATEMENT FOR SPECIFICATION OF EYE BALL/VIDEO
SURVEILLANCE BALL
1. Name of Item : Eye Ball/ Video Surveillance Ball
2. Brand of Item/Country of origin :___________________________________
3. Make & Model : ________________________________________________
4. Life of the item:-------------------------------------------------------------------------
Tenderer are requested to give Compliance of each Specification whether equipment being
offered by them is complying with Specification or otherwise.
QRs compliance for Eye Ball/ Video Surveillance Ball
Ser.
No.
Features Specifications Complied Not
Compled
Page No. at
which this
Tech.
Literature
attached
1. General
Sensor: The video
surveillance ball should
have following features
a) It should have audio
and video svl capacity
b) Should be rugged
enough to survive a
“throw” or “roll” of
more than 20 mts with
landings in rough
terrain, concrete, piles
of debris, or through
windows.
c) 3600
audio and
video coverage
d) Continuous
operation up to 2 Hrs
e) Night vision
capability.
2. Receiver: The portable Remote
Display Unit should
have a TFT display of
minimum five inches
or more with inbuilt
DVR capability to
record and play back.
This should have
output facility for
recording on external
device
Page 47 of 52
3. Technical Specification
a) Image sensor
i) Resolution More than 450 TV
lines
(ii) Frame rate Line Video minimum
25 fps
(iii) Shutter operation Automatic
b) Audio Microphone
i) Audio mike detection Omni directional
ii) Sensitivity of audio
mike
Should detect human
voice from 5 m or
more
iii) Squelch Automatic squelch to
decrease noise
c) c) Video and Audio
Transmission
i) Indoor transmission
dist
25 mtr minimum
ii) Outdoor transmission
dist
100 mtr minimum
iii) Frequency of
control and feed
back link/net
License free
d) d) Illumination
i) Illumination
wavelength
Illumination by using
near infrared LEDs
ii) Illumination distance 5 mtr or more
iii) Light sensor Automatic and manual
control of illuminating
light depending on
light condition of
target area
e) Camera
i) Camera Range of
sensor ball
Less than 1 meter to
20 m or more
ii) Pan and Zoom Pan 360, 2x Digital
Zoom, day/night
camera.
f) Mechanical
specifications
i) Dimensions of
Ball unit
100 Diameter or less
ii) Weight 1 Kg (max)
iii) Stabilization and
Motion
Quick self
stabilization
g) Power source
i) Rechargeable
battery
LiON/LIPO
ii) Battery operation
capacity
Ball Unit: Minimum 2
Hrs
Page 48 of 52
PDU: Minimum 3 Hrs
iii) Battery Charger For PDU and Sensor
iv) Battery charging
time
Less than 4 hours
v) Battery Charger
input
220V, 50 Hz AC
Mains and provision
for Charging from the
vehicle.
h) Remote display Unit with
system software
The portable Remote
Display Unit should
have a TFT display of
minimum five inches
along with the system
software
i) Output connection S – Video/AV and
earphone connectors
for audio
j) IP Standard for Ball units IP 65 or better
k) Accessories:- The
following accessories to
be supplied with each
system in hard carrying
case.
i) Throw able camera
ball
02
ii) Training ball 01
iii) Portable Operator
Control Unit with
Jacket and bty
charger
01
iv) Camera Ball Charger 02
v) Head phones 01
vi) Telescopic pole with
adaptor
01
vii) Spare Powering pin 02
viii) User Manual 01
ix) Quick Reference
Guide
01
x) Ground Spike 01
xi) Door Hanger for
Throw able camera
ball
01
xii) Tripod 02
xiii) Retrieval rope 02
l) Additional battery
charger for PDU and Ball
units per deployment kit
01 x each charger for
PDU and Ball unit
m) Carrying case
A single soft backpack
type carrying case
housing the complete
Page 49 of 52
equipment and its
accessories less the pole.
A soldier should be able
to carry the equipment on
his back conveniently. It
should be preferably of
camouflage pattern
N.B.- Tenderers can furnish this statement on a larger sheet of paper if space provided
above is found insufficient.
Page 50 of 52
Appendix-10
TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)
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 documents(s) for the above mentioned
‘Tender/Work’ from the website(s) namely:-----------------------------------------------------
----------------------------------------------------------------------------------------------------------
as per your advertisement, given in the above mentioned website(s).
2. I/We hereby certify that I/we have read the 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 by the
terms/conditions/clauses contained therein.
3. The corrigendum(s) issued from time to time by your department/organization 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. In case any provisions of this tender are found violated, then your department/ organization
shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including
the forfeiture of the full said earnest money deposit absolutely.
Yours faithfully,
(Signature of the Bidder, with official seal)
Page 51 of 52
Appendix-11
Check list for tenderers (Tenderers should check following requirements for compliance before submission of the tender documents)
SL No
Requirements to be checked by the tenderers before submission of the tender.
Compliance (To be indicated by the tendererwith “YES”after compliance of the
requirements)
1. Tenderers should ensure deposit of required Earnest Money Deposit if the tenderers are not registered with DGS&D or NSIC for the store(s) quoted for the governing specification as per Tender Enquiry
2. Tenderers should ensure that their registration with DGS&D and NSIC is valid if they are registered with DGS&D/NSIC and not depositing Earnest Money. They should enclose the latest DGS&D/NSIC registration certificate.
3 Tenderers should confirm that their products conform to the governing specifications of the quoted stores as per Tender Enquiry.
4. Tenderers should mention their monthly manufacturing / supplying capacity.
5 Tenderers should mention in the Tender Enquiry that they accept our delivery terms i.e. they agree to supply stores at consignees’ locations at freight, risk and cost of the tenderers.
6 Tenderers should mention that their offer is valid up to 180 days from the date of opening of the tender.
7. Tenderers should mention their Delivery Period clearly.
8. Tenderers should mention that they agree to the Tolerance Clause of the Tender Enquiry.
9 Tenderers should give their past performance in the specified format given in the Tender documents.
10. Tenderers should mention that they agree to the Arbitration clause of the Tender Enquiry.
11 Tenderers should mention whether it is a manufacturer of the store(s) quoted. In case of agent of foreign Principals, they should attach valid enlistment certificate of DGS&D as agent of foreign Principals. Conditions stipulated at Clause 37 (b) of General condition for Indian agent are fulfilled.
12 Tenderers should mention that they agree to accept the conditions of the contract.
13 Tenderers should ensure that they have duly filled up Equipment and Quality Control Proforma given in the Tender documents.
14 Tenderers should mention that Business dealing with their firms has not been banned by any govt./ private agencies.
15 Tenderers should ensure that witness has signed at appropriate places of the Tender documents and full name and address of the witness have been mentioned clearly.
Signature of the tenderer
Page 52 of 52
16 Tenderer should ensure to sign each page of the Tender documents with name, designation, seal and address of the signatory.
17 If the tenderers want to mention any specific condition, it should
be mentioned on the covering/forwarding letter only which will be
placed on the first page of . the technical bid. Such condition
mentioned in any other document shall not be given any
consideration.
18 Tenderers should mention their address for communication with Telephone, e-mail and Fax number.
19 Tenderers should confirm that certificate as asked at Clause 39 of Schedule-I for Government regulations is attached.
Signature of the tenderer