Home

(ISO 9001 : 2008 CERTIFIED)

image

Contents

1. 9 TWO BID SYSTEM Tenderers are required to submit their offers in two bid system i e in separate sealed covers online as under 9 1 First cover should contain the scanned copies of following eligibility information in PDF files 9 1 1 Scanned copy of Technical Bid along with its specification leaflets broachers if any Composition of technical bid like a Scanned copy of all the five schedules duly signed on each page by the tenderer b Scanned copy of appendices 1 to 7 9 amp 10 duly filled in along with Lab Test Report if applicable c Scanned copy of any other relevant document 7 10 which the firm wishes to submit d Scanned copy of Technical details leaflets broucher of subject stores as per specifications e Scanned copy of ECS Mandate format The firms have to provide details of bank A c with full address of the bank for remitting the payment electronically 9 1 2 Scanned copy of documents of Earnest Money if applicable OR Scanned copy of DGS amp D NSIC registration certificate 9 1 3 Scanned copy of PAN Number Proprietor s individual PAN Number in case of proprietorship concerns 9 2 Second cover should contain the following 9 2 1 Price Bid Financial Bid to be submitted as per Financial Bid Appendix 8 9 2 2 Scanned copy of 100 list of spare parts with price separately in pdf format 9 2 3 Tenderer will attach copies of Govt Notification in support of all applic
2. 42 User Manual Detailed operators An undertaking in this An undertaking in this and Operation Instructions Technical regard will be obtained from regard will be obtained Instructions Literature Maintenance the firm from the firm Manual and Inspection standards be provided with the equipment 23 Engineering Support An undertaking in this An undertaking in this regard will be obtained from regard will be obtained the firm from the firm Adequate number of spares including DDC system etc 43 21 Battery Charger A smart and Intelligent Switch ON the charger on The out put mustn t vary Universal Charger for 50 Hz variable AC mains with the variation of in charging the battery from 90 supply and check the out put AC voltage from 90 to volt to 250 volts 50 Hz AC put voltage by varying the 250 volts Mains along with DC in put voltage from 90 to Charging facility from 12 250 volts The out put mustn t vary volt to 48 volt DC on entire with the variation of in range should be provided Again switch ON the put DC voltage from 12 to It should have charge On charger on variable DC 48 volt and charge complete power supply and check the indications during the out put voltage by varying The charger must have charging of battery The the in put voltage from 12 to Charge ON AND Charge charger should be capable to 48 volts Complete indica
3. APPENDIX 6 GUARANTEE WARRANTY 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 for a period of 12 months 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 aforesaid period of 12 months 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
4. c Provide after sales support to BSF for the stores for 03 years In case the dealership to M s Indian agent is cancelled withdrawn for whatever reason another firm in India would be nominated for meeting the obligations towards BSF Signature of the authorized signatory of the OEM Name Official seal of the OEM Designation 58 Appendix 8 PROFORMA FOR PRICE BID TO BE FILLED BY THE BIDDERS amp SEALED SEPARATELY Tender Inviting Authority DG BSF Name of Work Procurement of HAND HELD THERMAL IMAGER BINOCULAR COOLED VERSION QTY 40 NOS S N Item Description Qty in Basic Price for free Excise Custom Sales Any other Net price Total price Nos Price BP Delivery to Duty s Duty Tax leviable Taxes NP per In INR or per Unit Consignee ED if CD if VAT Service tax unit Euro or Euro or INR or Euro or INR or INR or ifany Charges alltaxes taxes In INR or basis CIF In any In any In ST VAT Duties and including US with US US Euro or Euro or In INR Surcharges In INR or NP x Qty US US or Euro OT In INRor Euro or Euro or US US BP ED CD ST D E F G H J K L 1 Hand Held Thermal Imager Binocular Cooled Version along with 01 battery 6 Battery charger 7 Remote cable for 4000 console 8 AC DC adaptor 9 Console Unit aN O AY AY AY BR N aaga ae alB Ol N E Video extension cable 200 mt
5. dealers agent should attach a certificate from the principals assuring their association for at least next 04 years from the date of tender opening vi In case of agent distributor dealer bidding on behalf of foreign principal the foreign principal will have to give an undertaking as per the proforma at Appendix 7 vii In case of Indian manufacturers who want to participate as OEM on TOT basis from foreign manufacturers these Indian manufacturers will have to submit copy of TOT agreement alongwith the bids viii Tenderers should provide certified copies of balance sheets of their accounts for the past three years ix The date of manufacturing of the tendered equipment store should not be older than the year of tendering i e 2015 i As per Appendix 6 One 01 year Guarantee warranty period will start from the date of acceptance of stores in full and final quantity in satisfactory condition after due inspection and or successful installation and commission as applicable 22 ii For Detector Dewar Cooler DDC the warranty will be 4 years iii Guarantee Warranty will be comprehensive i e inclusive of replacement of all spare parts and will be implemented as under Maximum time for repair replacement will be 1 weeks after receipt of equipment by the firm Penalty for non repair replacement beyond O01 weeks will be 0 5 of the basic cost of the individual equipment per week or part thereof 100
6. 3 3 BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs shall disclose their foreign principals or associates 3 4 BIDDERs shall disclose the payments to be made by them to agents brokers or any other intermediary in connection with this bid contract 3 5 The BIDDER further confirms and declares to the BUYER that the BIDDER is the original manufacturer integrator authorized government sponsored export entity of the defence stores and has not engaged any individual or firm or company whether Indian or foreign to intercede facilitate or in any way to recommend to the BUYER or any of its functionaries whether officially or unofficially to the award of the contract to the BIDDER nor has any amount been paid promised or intended to be paid to any such individual firm or company in respect of any such intercession facilitation or recommendation 62 3 6 The BIDDER either while presenting the bid or during pre contract negotiations or before signing the contract shall disclose any payments he has made is committed to or intends to make to officials of the BUYER or their family members agents brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments 3 7 The BIDDER will not collude with other parties interested in the contract to impair the transparency fairness and progress of the bidding process bid evaluation contracting and
7. Inspecting DG BSF or his authorized rep Authority b The place at Consignee s location at the time of acceptance of which the stores to be tendered for inspection c Joint Receipt i Joint Receipt Inspection JRI Survey will Inspection Survey be carried out at the place of consignee location before final acceptance by the rep of BSF and the supplier ii 100 of the equipment stores would be put through inspection during JRI before final 21 Qualifying Eligibility criteria acceptance Alternatively at purchaser s option money shall be refunded positively within 30 days from the date of issue of such notice of rejection in case any payment is already made to the seller The purchaser right of rejection in this regard will be final and absolute i Only those firms which are manufacturer OEM or first and genuine authorized dealer distributor agent of the OEM are eligible to quote in the tender ii The authorized dealers agents distributors quoting on behalf of their foreign principal would be treated as Indian agent and they should be registered with DGS amp D under the compulsory registration of Indian Agents of foreign principals iii OEM indigenous manufacturers can either bid themselves or their authorized dealer distributor agent can bid on their behalf iv One OEM can not authorize more than one dealers distributors agents to quote on its behalf in the tender v Authorized distributer
8. connected directly or indirectly with the contract will demand take a promise for or accept directly or through intermediaries any bribe consideration gift reward favour or any material or immaterial benefit or any other advantage from the BIDDER either for themselves or for any person organization or third party related to the contract in exchange for an advantage in the bidding process bid evaluation contracting or implementation process related to the contract 1 2 The BUYER will during the pre contract stage treat all BIDDERs alike and will provide to all BIDDERs the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERs 61 1 3 All the officials of the BUYER will report to the appropriate Government office any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach 2 In case any such preceding misconduct on the part of such official s is reported by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the BUYER necessary disciplinary proceedings or any other action as deemed fit including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract process In such a case while an enquiry is being conducted by the BUYER the pro
9. 2 The task of the Monitors shall be to review independently and objectively whether and to what extent the parties comply with the obligations under this Pact 8 3 The Monitors shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently 8 4 Both the parties accept that the Monitors have the right to access all the documents relating to the project procurement including minutes of meetings 8 5 As soon as the Monitor notices or has reason to believe a violation of this Pact he will so inform the Authority designated by the BUYER 8 6 The BIDDER s accepts that the Monitor has the right to access without restriction to all Project documentation of the BUYER including that provided by the BIDDER The BIDDER will also grant the Monitor upon his request and demonstration of a valid interest unrestricted and unconditional access to his project documentation The same is applicable to Subcontractors The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER Subcontractor s with confidentiality 8 7 The BUYER will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the parties The parties will offer tothe Monitor the option to participate in such meetings 8 8 The Monitor will submit a writ
10. built in test P equipment prre TT h Should have ports for external PC interface gt Ernemerandalgtai Sanaioguevideoout The system should have the provision to use as hand held mode and remotely operated mode Pf pe when mounted on Tripod mast 7 Internal display Advanced high resolution reese resolution 640 x 512 min Pf DistancegPye Distance IPD Operating Temp 20 degree to 55 degree Reticule for range In built estimations fe 11 It should have provision for external video output PAL PAN and Tilt Mechanism High precision motorized pan and tilt unit with variable speed facility Azimuth PAN for 360 Elevation Tilt for 45 Remote surveillance facility Console should be able to operate and control the equipment through wire 100 meters minimum To stream imagery over wireless link 500 meters minimum NLOS and 5000 meters minimum LOS with encryption Digital Magnetic Inbuilt DMC should _ be Compass DMC provided for auto Northing Accuracy should be lt 1 and resolution 1 or better 29 Global Positioning System GPS Video Recording Capability Battery performance Spare Batteries Battery Charger User Manual and Instructions Inbuilt GPS to provide own position initialization It should give co ordinates in Lat Lon and Indian Military GR system Accuracy should be lt 10 meters Advanced inbuilt storage memory of 1 T
11. contract shall be governed by the laws in force as of date in India and interpretation would be done accordingly 24 2 Jurisdiction of Court The courts of the New Delhi shall alone have jurisdiction to decide any dispute arising out of or in respect of the contract ARBITRATION 25 1 Arbitration proceedings shall be held at New Delhi India and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English 25 2 In the case of dispute or difference arising between the purchaser and the supplier relating to any matter arising out of or connected with the contract such dispute or difference shall be settled in accordance with the Indian Arbitration and Conciliation Act 1996 25 3 Sole arbitration will be by Secretary Ministry of Home Affairs and Govt of India or by some other person appointed by him As provided in clause 24 of General Condition of Contract Form DGS amp D 68 Ministry of Commerce Department of supply PENALTY FOR USE OF UNDUE INFLUENCE 26 1 The Seller should undertake that he has not given offered or promised to give directly or indirectly any gift consideration reward commission fees brokerage of inducement to any person in service of the Purchaser or otherwise in procuring the Contracts or Forbearing to do or for having done or forborne to do any act in relation to obtaining or execution of the Contract or any other Contract with the Government
12. for the parameters which are not tested by the OEM lab test certificate issued by National internationally accredited labs on the name of the OEMs would be accepted 12 3 The internationally accredited NABL Central Govt approved Lab Test report Original submitted by the tenderer should be clear free from any ambiguity and should give clear verdict in respect of all the tests required as per relevant specification i e whether the sample is meeting all the requirement or not meeting the requirement of the governing specifications and the sample is acceptable not acceptable with reference to its governing specification 12 4 Samples sent on Freight to Pay basis will not be accepted and the Tenderer would submit sample on No cost No commitment basis 12 5 All Tender Samples should have cards affixed on it duly signed and stamped by the firm indicating the following 13 a Name and address of the firm b Tender No with date of opening c Name of item item No amp size 12 6 Tender sample should have card affixed duly signed and stamped by concerned lab issued the Lab Test Report of the intended tender sample otherwise the offer is liable for rejection 12 7 In the case of successful bidder the purchaser will reserve the right to carry out Lab Test of samples on all parameters of QRs Specifications including destruction Test at the risk and cost of the Firm at any stage 12 8 The sample is to be deposited in the offi
13. implementation of the contract 3 8 The BIDDER will not accept any advantage in exchange for any corrupt practice unfair means and illegal activities 3 9 The BIDDER shall not use improperly for purpose of competition or personal gain or pass on to others any information provided by the BUYER as part of the business relationship regarding plans technical proposals and business details including information contained in any electronic data carrier The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged 3 10 The BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts 3 11 The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above 3 12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER either directly or indirectly is a relative of any of the officers of the BUYER or alternatively if any relative of an officer of the BUYER has financial interest stake in the BIDDER s firm the same shall be disclosed by the BIDDER at the time of filing of tender The term relative for this purpose would be as defined in Section 6 of the Companies Act 1956 3 13 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions directly or indirectly with any employee of the BUY
14. of the contractor 22 PERFORMANCE SECURITY 22 1 The Performance Security would be required within 15 days from the date of issue of AT confirmed supply order and would be released after the obligations of the firm are successfully met 22 2 In terms of Clause 7 of condition of contract DGS amp D 68 revised all the successful Tenderers irrespective of their registration status with DGS amp D and NSIC shall be required to furnish an amount equal to 10 of the contract value as security deposit as guarantee against its own performance under the contract within 15 days of issue of contract It should be valid up to 60 days beyond the expiry of Warrantee Guarantee period 12 23 24 25 26 22 3 In case Performance Security is not deposited by the successful bidder within the stipulated time from the placing of AT Supply order irrespective of any reason EMD could be permanently forfeited and AT Supply order would become liable for cancellation at the risk of the Firm FOR FOREIGN BIDDERS ONLY It shall be confirmed by foreign bidder s 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 obtain a certificate to this effect or authority concerned of their country and attached with technical bid LAW GOVERNING THE CONTRACT 24 1 The
15. with the Central Purchase Organisation e g DGS amp D 8 4 The registration of the foreign manufacturer is not a must for enlisting the Indian Agent under this scheme No Inspection Report in respect of the foreign manufacturer principal is necessary 8 5 The enlistment under the scheme is not equivalent to the Registration with DGS amp D Such firms do not enjoy the same status as that of DGS amp D registered suppliers A note to this effect is given in the Enlistment letter to the firm 8 6 However offers from the Indian agents who have applied to DGS amp D for registration enlistment before the date and time of opening of technical bid such offers will be further processed if they submit acknowledgement slip for registration with DGS amp D with the technical bid and secure enlistment with DGS amp D and submit the same on or before 20 08 2015 8 7 The Indian Agent must have the necessary permission clearance license authorization from the Central Govt of India to deal in or offer for sale the tendered stores in case the tendered item comes within the purview of arms ammunition explosives or explosive substances A copy of the same must be enclosed with the offer failing which their offer will be set aside Note It is clarified that any bidder who is quoting a product of foreign OEM in whatsoever capacity be it authorized dealer distributor or agent has to enlist itself with the DGS amp D as an agent of the foreign principal
16. 15 R Muthu Krishnan Commandant Proc For and on Behalf of President of India 20 SCHEDULE II SPECIAL INSTRUCTIONS If any instruction contained in this tender is contrary to instruction mentioned in special instructions the special instruction will prevail Date and Time of See page l receipt ae Tender Date Time of See page 1 Stores with quantity Hand Held Thermal Imager Binocular Cooled Version Qty 40 Nos Validity of offer 08 months from date of opening of Tender 5 EMD Validity i Rs 40 00 000 or Euro 55 622 or US 62 303 in the shape of BG FDR for Indian participants only with 10 months validity from the date of opening of Tender ii Foreign bidders should submit Earnest Money only in the form of Bank Guarantee confirmed by any Nationalized Scheduled Bank of India with 10 months validity from the date of opening of Tender 06 months from the date of issue of AT i No lead time will be given ii No grace period willbe given Free delivery to Consignee s basis Delivery period Terms of Delivery acceptance Upon completion of the JRI the authorized representatives of the PURCHASER and the SUPPLIER shall sign the certificate of Joint Receipt Inspection JRI within 01 one day of completion of JRI If any store is rejected in final inspection as not conforming to specifications the same lot must be replaced within 30 days before final E Inspection a
17. 684 only till the issuance of AT 33 2 Tenderers are requested to write full name and designation of authorized signatory on all the correspondence to be made with the purchaser 33 3 Firm should intimate any change in their Address Telephone Fax e mail immediately The state of non communication with firm at any stage will make the offer contract liable for rejection and cancellation respectively QUERY AND CLARIFICATION 34 1 In case of any contradiction noticed in this Tender Enquiry same be clarified within 07 days from the date of publication of Tender on the website else decision interpretation of BSF in this regard would be final in all respect 34 2 Queries representations on Tender Enquiry received up to Pre Bid Meeting would only be entertained and considered All queries and representations received after the date of Pre Bid Meeting are liable to be ignored 16 34 3 For any change in terms and condition of tender Tender specification the Tenderers are requested to visit our websites www bsf nic in and http eprocure gov in eprocure app_ regularly Any changes Modifications in tender enquiry will be intimated through these websites only 34 4 Tenderers are advised to visit above websites regularly to obtain updated information 35 EFFECTIVE DATE OF CONTRACT The time allowed for carrying out the supply will start from the day of issue of written orders Acceptance of Tender for supply of store in accor
18. Appendix 2 iii Appendix 3 iv Appendix 4 v Appendix 5 vi Appendix 6 vii Appendix 7 viii Appendix 8 ix Appendix 9 x Appendix 10 Offer of stores Details of Manufacturer Auth Dealer Questionnaire about manufacturer Tenderer Proforma for equipment and quality control Form 7 Bank Guarantee Proforma for EMD Guarantee Warranty Clause Undertaking to be given by foreign principal of Indian agent Proforma for Price bid Pre Contract Integrity Pact Check list of Tenderers Encl Aforesaid schedules amp enclosures Yours faithfully Copy to 1 Indenter Commandant Ord Prov Dte FHQ BSF New Delhi 110 003 Head Clerk Proc Prov Dte FHQ BSF New Delhi Sd xxx dated 12 06 15 R Muthu Krishnan Commandant Proc For and on behalf of the President of India For info with a request to visit the Tender Enquiry TE on BSF website amp CPPP website i e www eprocure gov in and check the correctness Anomalies if any may be brought to the notice of Proc Cell within five days You may also take a print of TE from above said websites at your end for your record please For information and necessary action please Sd xxx dated 12 06 15 R Muthu Krishnan Commandant Proc For and on Behalf of President of India 1 SCHEDULE 1 CONDITIONS OF TENDER All the Schedules and Appendices attached to this TE should be duly filled in and are sacrosanct for considering any offer as c
19. B Min exclusively to store the video should be provided in the console The system should have facility to retrieve the stored data Hand Held unit should not be more than 4 kg with battery Lithium ion rechargeable battery or better to operate the system The battery should have battery status bar graph indication to get the charge status of the battery The battery s should be able to run the system for 3 hours or more in operational mode on single charge For additional cycle operation 3 spare batteries be provided A smart and Intelligent Universal Charger for charging the battery from 90 volt to 250 volts 50 Hz AC Mains along with DC Charging facility from 12 volt to 48 volt DC on entire range should be provided It should have charge On and charge complete indications during the charging of battery The charger should be capable to charge the battery fully in lt 5 hours Detailed operators Instructions Technical Literature Maintenance Manual and Inspection standards be provided with the equipment 30 Engineering Support a Adequate number of spares including DDC Modules used 5 no s each along with 50 no s system etc b Test Station with Test Equipment for repair amp Pf fo maintenance of the system Base workshop level Training Operator level training should be ae imparted to minimum 100 persons Sd xxx dated 12 06 15 R Muthu Krishnan Commandant
20. Bidders can update well in advance the documents such as certificates annual report details etc under My Space option and these can be selected as per tender requirements and then send along with bid documents during bid submission This will facilitate the bid submission process faster by reducing upload time of bids 37 1 16 Bidder should submit the Tender Fee EMD as specified in the tender The original should be posted couriered given in person to the Tender Inviting Authority within the bid submission due date amp time for the tender Scanned copy of the instrument should be uploaded as part of the offer 37 1 17 While submitting the bids online the bidder reads the terms amp conditions and accepts the same to proceed further to submit the bid packets 37 1 18 The bidder has to select the payment option as offline to pay the Tender Fee EMD as applicable and enter details of the instruments 37 1 19 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 submitted bid will not be acceptable 37 1 20 The bidder has to digitally sign and upload the required bid documents one by one as indicated Bidders to note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all sections and pages of the bid document includ
21. ER Previous Transgression 4 1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact with any other company in any country in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government Department in India that could justify BIDDER s exclusion from the tender process 4 2 The BIDDER agrees that if it makes incorrect statement on this subject BIDDER can be disqualified from the tender process or the contract if already awarded can be terminated for such reason 63 Earnest Money Security Deposit 5 1 While submitting commercial bid the BIDDER shall deposit an amount of Rs 40 00 000 as Earnest Money Security Deposit with the BUYER through any of the following instruments 5 1 1 An irrevocable Bank Guarantee BG in the name of DDO FHQ BSF Block No 10 CGO Complex New Delhi of any Nationalized Scheduled bank as per the format given at Appendix 5 5 1 3 A FDR drawn in favour of DDO FHQ BSF Block No 10 CGO Complex New Delhi The FDR should be payable at SBI Main Branch New Delhi 5 2 In addition to conditions mentioned at Clause 6 of Schedule I in case of violation of the Integrity Pact the BUYER will forfeit the EMD without assigning any reason for imposing sanction for violation of this Pact Sanctions for Violations 6 1 Any breach of the aforesaid provisions by the B
22. FDR drawn in favour of DDO FHQ BSF Block No 10 CGO Complex New Delhi The FDR should be payable at SBI Main Branch New Delhi 6 6 The Earnest money shall be valid and remain deposited with the purchaser for the period prescribed 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 6 7 No interest shall be payable by the purchaser on the EM deposited by Tenderer 6 8 The EM deposited is liable to be forfeited if the Tenderer withdraws amends impairs derogates from the tender in any respect within the period of validity of his tender 6 9 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 6 10 If the successful Tenderer fails to furnish the Performance Security Deposit as required in the contract within the stipulated period the Earnest Money EM shall be liable to be forfeited by the purchaser 6 11 EM of the unsuccessful Tenderers shall be returned within 30 days of finalization of tender Tenderers are advised to send a pre deposited challan along with their bids to facilitate refund of Earnest Money in time 7 CAPACITY VERIFICATION Tenderers must submit the details of their plant and machinery on s
23. HTI and a HHTI must be able to hand held mode and remotely operated mode check all the functions of it operate in hand held role when mounted on Tripod mast directly without console and mounting on Tripod b HHTI must be able to work through console b Install the HHTI on remotely by mounting it Tripod Mast and connect on a Tripod Mast the console remotely Check all the functions through console Internaldisplay Advanced high resolution Check the National The firm must provide colour OLED display having International Accredited lab National International resolution 640 x 512 min certificate report submitted Accredited lab certificate by the firm in respect of report submitted by the resolution firm in respect of resolution i e 640 X 480 OLED display In case of any doubt in the test report the veracity of the same may be checked from the concerned lab Distance IPD for IPD adjustment must be adjustable the National The firm should provide centigrade International Accredited lab National International certificate report Accredited lab certificate submitted by the firm in report submitted by the respect of operating Temp firm in respect of operating Temp In case of any doubt in the test report the veracity of the same may be checked from the concerned lab 39 10 Reticule for In built Check the system for in The in built range range estimation
24. IDDER or any one employed by it or acting on its behalf whether with or without the knowledge of the BIDDER shall entitle the BUYER to take all or any one of the following actions wherever required i To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the BIDDER However the proceedings with the other BIDDER s would continue ii The Earnest Money Deposit in pre contract stage and or Security Deposit Performance Bond after the contract is signed shall stand forfeited either fully or partially as decided by the BUYER and the BUYER shall not be required to assign any reason therefore iii To immediately cancel the contract if already signed without giving any compensation to the BIDDER iv To recover all sums already paid by the BUYER and in case of an Indian BIDDER with interest thereon at 2 higher than the prevailing Prime Lending Rate of State Bank of India while in case of a BIDDER from a country other than India with interest thereon at 2 higher than the LIBOR If any outstanding payment is due to the BIDDER from the BUYER in connection with any other contract for any other stores such outstanding payment could also be utilized to recover the aforesaid sum and interest v To encash the advance bank guarantee and performance bond warranty bond if furnished by the BIDDER in order to recover the payments already made by the BUYER along with inte
25. Min of Home Affairs 18 Please confirm that you have read all the instructions carefully and have complied with them accordingly 19 Sale Tax office address 20 Income Tax office Address Signature of Witness Signature of Tenderer Full name 1 Full name Block letters Block letters 2 Address Address 2 Whether signing as Proprietor Partner Constituted Attorney duly authorized by the Company N B Tenderers Bidders 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 49 APPENDIX 3 UESTIONNAIRE ABOUT MANUFACTURER AUTHORIZED DEALER Name amp Address of contractor a Whether registered with DGS amp D el for subject stores es O b yes monetarylimit Rs JC T Enclose attested photocopy Lakh Without limit of Regn Certificate d VatidiyDate l 1 pemameny a Whether registered with NSIC Yes No for subject store i inemneyin R I_C Enclose attested photocopy Lakh Without limit of Regn Certificate Whether you agree to submit advance sample aaa es No if called upon to do so within specified period Whether past supplier of subject store to DGS amp D 4 Or Min of Home Affairs during the last 3 years If yes submit performance report in enclosed ee Terms of delivery i FOR Destination for Indigenous Manufacturer Fre
26. NR However Bills for the payment will be submitted to the indenter i e Commandant 16 After sales service 17 The firms will specify the spares and modules as Engineering support package and must submit the same along with the bids amp time at Office of the Commandant Proc 7th Floor Block No 10 BSF HQ CGO Complex Lodhi Road New Delhi No request for signing of the pact by any bidder would be entertained after bid submission end date amp time The firm will arrange Operator level training Free of Cost for one 1 week to minimum 100 personnel at SIW BSF New Delhi with required testing training equipment i Bidders will have to specify in the tender documents details of the after sales service post contractual support in India i e repair maintenance supply of spare parts etc that will be carried out during Guarantee Warranty period and later on ii Firms are required to provide one copy of 100 list of spare parts with price separately with the price bid in pdf form The total cost of all parts should not exceed 1 5 times of the price quoted for individual equipment Firms should also give undertaking to the effect that the price of these spare will not increase during next five years after guarantee warranty iii If the price of any spare part reduced for any reason during the five years after Guarantee Warranty period the benefit of the same will be passed on to the purchaser iv Any spa
27. NT AND AGENCY COMMISSION 27 1 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 award the contract to the seller nor has any amount been paid promised or intended to be paid to any such individual or firm irrespective of any such intercession facilitation or recommendation 27 2 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 27 3 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
28. Proc For and on Behalf of President of India 31 Annexure I to Schedule V TRIAL DIRECTIVE FOR HAND HELD THERMAL IMAGER BINOCULAR COOLED VERSION S N Parameters Qualitative Requirements Procedure suggested for Result expected Complied trial for Board of Officers desired Not Complied ae pore eae a eae physically the ae Pere a eee for binocular binocular lee capability to produce real time picture b Switch ON the system b It should produce real and monitor the picture for time picture real time Have a suitable tint to reduce eyestrain This c Switch ON the system The observer must regain feature should help the observer to quickly and watch the area through his normal vision quickly regain his normal vision it for at least 10 min continuously and then immediately see outside Be ruggedized as per latest Mil Std and d Check the National d Check the authenticity complied with IP 65 standards International Accredited lab of National International certificate report submitted accredited lab test by the firm in respect of the certificate report for the same same In case of any doubt in the test report the veracity of the same may be checked from the concerned lab 32 g Have a ruggedized container for transportation Provide real time pixel level sensor fusion between TI amp Day camera mode Function on 90 volt to 250 volt 50 Hz AC mains and generator thr
29. TE consisting page 01 to 68 Government of India Ministry of Home Affairs Directorate General Border Security Force Provisioning Directorate Procurement Cell 10 CGO Complex Lodhi Road New Delhi 110003 Tele Fax No 011 24367684 E mail comdtproco bsf nic in ISO 9001 2008 CERTIFIED No P 4 941 HHTI PC BSF 2015 2283 85 Dated the 12 June 2015 1 On behalf of the President of India DG BSF invites on line Global Tender in two bid system for the supply of Hand Held Thermal Imager Binocular Cooled Version Qty 40 Nos 2 Bidders shall submit their bids online at CPPP website https eprocure gov in eprocure app Tenderers are advised to follow the instructions provided in the Clause No 37 of Schedule l CRITICAL DATE SHEET Published on www eprocure gov in on 12 06 2015 Bid Document download Sale Start Date 13 06 2015 Clarification Start Date 13 06 2015 Clarification End Date 25 06 2015 Pre bid meeting 25 06 2015 1600 Hrs Bid Submission Start Date 26 06 2015 Bid Submission End Date 05 08 2015 Bid Opening Date 07 08 2015 1530 Hrs 3 This tender enquiry has following Schedules and appendices SCHEDULES i Schedule I Condition of tender ii Schedule II Special instructions iii Schedule III List of stores iv Schedule IV List of consignee s v Schedule V Technical Specification QRs ii APPENDICES to be filled amp submitted by tenderer i Appendix 1 ii
30. TY FOR DELAY IN SUPPLY AND LIQUIDATED DAMAGES 17 1 In case the firm does not complete the supply within the delivery period action will be taken against the firm as per Para 15 7 of DGS amp D Manual and Para 14 7 i of DGS amp D Revised 68 Ministry of Commerce Deptt of Supply of the General condition of the contract 17 2 In case delayed supply is acceptable to the purchaser the supplier would be liable to be levied LD 2 value of the quantity delayed for each month or part of a month subject to maximum of 10 of the overall contract value DELIVERY OF STORES 18 1 Firm should not deliver the equipment store to consignee s beyond scheduled delivery period without obtaining prior sanction of purchaser 18 2 In case Firm deliver the equipment store after scheduled Delivery Period even if the stores are accepted by the consignee it would be at the risk and the cost of the supplier as the supply may not be taken as contractually accepted 11 19 OPTION TOLERANCE CLAUSE The purchaser reserves the right to place order on the successful Tender for additional quantity up to 25 of the quantity offered by them at the time of placement of order or during the currency of the contract as per Clause 31 of Form DGS amp D 68 Revised 20 FALL CLAUSE Fall clause will be applicable as under 20 1 The price charged for the stores supplied under the contract by the contractor shall in no event exceed the lowest price at which the contr
31. a should have Put the HHTI in normal mode so that only Thermal image is displayed on the screen Day camera OG must be covered Cryogenic Stirling Closed Cycle Detector a Check the DDC OEM a DDC must be cooled Dewar Cooler for IR detector certificate or data sheet type having resolution of submitted by the firm for 640x480 min DDC type its resolution and spectral response must be spectral response of LWIR MWIR or both b Advanced IR Detector having resolution 640 x 512 for sharper Thermal Images c Spectral range LWIR MWIR or both d Field of view Identification 1 km min d Fix the equipment on ATS d imi Acceptance Test Station system must Wide 12 5 x 10 min available in SIW and observe mentioned in the QRs the TI image only Measure Para 3 d the FOV in full zoom in and full zoom out position as per the testing procedure Magnification Minimum 5X continuous e Check the magnification e Magnification must be zoom of the system in the Lab and 5x with continuous zoom its linearity in zoom Also facility check the digital zoom as per the procedure eee ee minimum 4x g Automatic and manual focusing facility g Check the system for g There must be facility automatic and manual NUC 35 Narrow 2 5 x 2 max The camera initialization time to ready should i Physically check the i Time to get ready from not be more than 8 minutes initia
32. able Taxes Duties quoted in the offer in PDF format 9 3 Only the Technical Bid will be opened on the date indicated for Tender opening Price bid of only those firms will be considered for opening whose offers are complete in all respect and fulfil the requirements as per specifications PRICE 10 1 The tenderers are required to quote prices on FOR destination basis Free delivery to consignee basis Price will be quoted in figures as well as in words in any of the three currencies i e Indian currency or Euro or US only L 1 for the item will be decided inclusive of all Taxes Duties and all other leviable charges Format for submission of Price Bid is attached with Tender Enquiry at Appendix 8 10 2 Firms should quote for the entire quantity package however price break up wherever asked in the price bid is required to be given Offers without the price break up are liable to be rejected 10 3 Price quoted should be firm and final and no increase of what so ever due to increase in statutory levies or other taxes would be admissible to the firm 10 4 Benefit of decrease in levies will be passed on to the purchaser 8 LR 12 10 5 Tenderers are required to indicate Basic Prices Custom Duty Excise Duty Sales Tax VAT and any other leviable taxes charges separately within the Performa for Price Bid given at Annexure 8 Taxes duties charges reflected outside the Performa will not be accepted In case of the firms quoting NIL
33. actor sells the subject store or offer to sell store of identical description to any persons organization during the currency of this contract 20 2 If the contractor at any time during the currency of the contract reduces the sale price sells or offers to sell such store to any person organization at a price lower than the price chargeable under the contract it shall forthwith notify such reduction sale offer of sale to the Director General BSF and the price under the contract would be reduced accordingly 21 RISK PURCHASE CLAUSE 21 1 In the event of failure of the supplier to deliver or dispatch the stores or provide the required services within the stipulated date period of the supply order A T or in the event of breach of any of the terms and conditions of the AT the purchaser will have the right to purchase the tendered equipment store elsewhere at the risk and cost of the defaulting supplier after giving a notice to the defaulting supplier The cost as per Risk Purchase exercise may be recovered from the bills pending with the supplier even against any other supplies outside this contract or even from the pending bills with any other Government Department Ministry 21 2 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
34. articles rectified from the date of rectification thereof In case failure of the contractor to rectify or replace the goods etc within specified Time the purchaser shall be entitled to recover the cost with all expenses from the contractor for such defective stores The firm will 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 12 Months Guarantee warranty periods will commence from the date of acceptance of stores in full and final quantity in satisfactory condition after due inspection and or successful installation and commission as applicable In case Manufacture s Standard Guarantee Warranty is for more than one years than it will be applicable to purchaser also 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 56 vii viii ix x 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 Tenderer will supply the spare parts of the equipment for 10 years from the date of purchase of the equipment The following certificat
35. built range estimation estimation facility must facility provided be provided 11 It should have provision for external video Check the system for The HHTI must have output PAL external video output by provision for external connecting the videoto TV video output PAL 12 PAN and Tilt Mechanism High precision Physically check the Pan amp PAN and Tilt must have motorized pan and tilt unit with variable speed Tilt mechanism for variable Highly pr cised variable facility speed facility precisely speed Mechanism for its through console movement ie a o e soo FS eaten coe cc e a must be 60 b Elevation Tilt for 45 Elevation Tilt movement foe Ne aa m a a s a eee ee eee a Console should be able to operate and control a Install the HHTI amp console a Console should be able the equipment through wire 100 meters with wire remote and to operate and control the minimum distance between them equipment through wire should be 100 meters 100 meters minimum minimum Check the operation of HHTI through console b To stream imagery over wireless link 500 b Install the wireless b It should be functional meters minimum NLOS and 5000 meters transmitter at HHTI end and as desired in QR minimum LOS with encryption receive the video at 5000 meters or as mentioned by the user at the time of indent away in LOS to HHTI Again receive the video at 500 meters away in NLOS to HHTI i
36. ce of Commandant Proc Block No 10 CGO Complex Lodhi Road New Delhi 110 003 India Telephone Fax No 91 11 243607684 and E Mail ID comdtproc bsf nic in failing which offer of the Firm will be liable for rejection 12 9 Samples submitted by the Tenderers whose offers are not accepted may be collected by their authorized representatives on requisition or hearing from this office In case samples are not collected within one month time from intimation the samples will be disposed off at the risk and cost of the Tenderer DISPATCH INSTRUCTIONS AND DOCUMENTATION The Tenderer shall intimate to the purchaser by telex or fax and speed post Seven 07 working days in advance the mode of transport and probable date of delivery of consignment 14 PACKING amp MARKING As per Clause 12 of the general condition of contract DGS amp D 68 revised 15 SUPPLY OF ORDERED STORES 15 1 Bulk supplies in the case of successful Tenderers should conform to tender samples accepted in trial evaluation in all respect besides specifications mentioned in Schedule V 15 2 Tenderers will be fully responsible for proper testing and making the equipment functional before acceptance of stores and the final settlement of account 15 3 The equipment store should be brand new model no with lot batch no year of manufacture name of manufacturer country of origin and other relevant detail should be given The original literature supplied with th
37. ceedings under the contract would not be stalled Commitments of BIDDERs 3 The BIDDER commits itself to take all measures necessary to prevent corrupt practices unfair means and illegal activities during any stage of its bid or during any pre contract or post contract stage in order to secure the contract or in furtherance to secure it and in particular commit itselfto the following 3 1 The BIDDER will not offer directly or through intermediaries any bribe gift consideration reward favour any material or immaterial benefit or other advantage commission fees brokerage or inducement to any official of the BUYER connected directly or indirectly with the bidding process or to any person organization or third party related to the contract in exchange for any advantage in the bidding evaluation contracting and implementation of the contract 3 2 The BIDDER further undertakes that it has not given offered or promised to give directly or indirectly any bribe gift consideration reward favour any material or immaterial benefit or other advantage commission fees brokerage or inducement to any official of the BUYER or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the Government for showing or forbearing to show favour or disfavor to any person in relation to the contract or any other contract with the Government
38. dance with the schedule indicated in the tender documents 36 SUBMISSION OF TENDER 36 1 Online bidding through CPPP e procurement system The tender document is available at CPPP e procurement _ site i e http eprocure gov in eprocure app Prospective bidder desirous of participating in this tender may view and download tender document from the above mentioned website 36 2 All documents should be submitted electronically in PDF format 37 INSTRUCTION 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 at http eprocure gov in eprocure app 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 37 1 REGISTRATION 37 1 1 Possession of valid Digital Signature Certificate DSC and enrollment registration of the contractors bidders on the eprocurement etender portal is a prerequisite for e tendering 37 1 2 Bidder should do the enrollment in the eProcurement site using the Click here
39. dated 12 06 15 R Muthu Krishnan Commandant Proc For and on Behalf of President of India 26 SCHEDULE V TECHNICAL SPECIFICATION QUALITATIVE REQUIREMENTS OF HAND HELD THERMAL IMAGER BINOCULAR COOLED WITH ITS COMPLIANCE STATEMENT TO BE GIVEN BY TENDERER 1 Nomenclature of Item with Year amp Model No 2 Country of Origin Tenderers are requested to give Compliance of each Specification whether equipment being offered by them is complying with Specification or otherwise S N Parameters Qualitative Page No Requirements at which 2 Technical Literature attached a ee T P a a a a a Have capability to produce real time picture o c Have a suitable tint to reduce eyestrain This feature should help the observer to quickly regain d Be ruggedized as per latest Mil Std and complied KE A A A f Provide real time pixel level sensor fusion fetween Tia Daycameramode on ff g Function on 90 volt to 250 volt 50 Hz AC mains fasdgeneratortnrough AC DC adopter h Day amp Thermal Imager camera should be gt integeatedinasinglehousing ee E Bee We ee e al For human target Detection 5 km min Toe Complied Complied Not Recognition 2 5 km min Identification 1 km min a a 27 b Night observation al For human target Detection 3 km min Poff Identification 750 mtrs min Recognition 2 5 km min ns Identification 1 km min Note Ve
40. e The system should Check the console for the console have facility to retrieve the facility to retrieve the stored stored data data The console must have the facility to retrieve the stored data Weight Hand Held unit should not Check the weight with the The HHTI must not weigh be more than 4 kg with help of weighing machine more than 4 Kgs with battery battery 41 Battery Power Should have Lithium ion Check the battery provided The system must be Source rechargeable battery or for operating the system for operated with Lithium ion better to operate the system its type and recharge ability rechargeable battery The battery should have battery status bar graph Check the battery for the The battery should have indication to get the charge battery status indication bar graph indication to status of the battery get the charge status of the battery Battery The battery s should be Operate the system with Rechargeable battery s performance able to run the system for 3 fully charged rechargeable must run the system for 3 hours or more in operational battery s and put it in the hours or more in mode on single charge operation mode Start the operational mode counting of functional hours in Stop watch 20 Spare Batteries For additional cycle of Not concerned at the time of Not concerned at the time operation 3 spare batteries evaluation of evaluation be provided
41. e behind a mountain or obstacles Digital Magnetic Inbuilt DMC should be Switch ON the HHTI and do DMC should be inbuilt for Compass DMC provided for auto Northing auto northing Note down auto Northing and with Accuracy should be lt 1 and the bearing of a point with Accuracy resolution 1 or better the help of compass Again resolution 1 or better check the bearing of that point through inbuilt DMC and then compare both the readings for accuracy and resolution E 15 Global Inbuilt GPS to provide own Switch ON the HHTI and GPS must be inbuilt in Positioning position during check the co ordinates of the HHTI to provide own System GPS initialization It should give own position through inbuilt position i co ordinates in Lat Lon and GPS initialization Indian Military GR system Accuracy should be lt 10 Check the own position co It must give co ordinates meters ordinates of a point by other in Lat Lon and Indian GPS or method and compare Military GR system it with the co ordinates of the same point shown by the Accuracy must be lt 10 inbuilt GPS E a Video Recording Advanced inbuilt storage Check the inbuilt storage Inbuilt storage memory of Capability memory of 1 TB Min memory exclusively to store 1 TB min must be exclusively to store the video the videoin the console provided exclusively in should be provided in the store the video in the consol
42. e firm Here state specifically i ii 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 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 16 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 licence is required for the purpose of raw materials and or that you possess the required licence 17 State whether business dealings with you have been banned by Min Deptt of Supply
43. e delivery to consignee basis ii CIF IGI Airport New Delhi for Foreign Manufacture Free delivery to consignee basis a Delivery period in months from Months the date of placement of order e Approval of Advance Sample b Monthly rate of supply Acceptance to conditions of contract as L o Yes No Containedin DGS amp D 68 Revised amended up to date and those contained in Pamphlet No DGS amp D 229 read with Annexure attached 50 9 Have you enclosed required Earnest Money Yes No 10 Do you accept tolerance clause Yes No 11 Is your firm eligible to received Govt Contract for the tendered stores under the provision of law of the land Yes No 12 Have your firm ever failed to complete ordered E a supply and tendered short closed 13 Whether your firm is compliant ee No on environmental sage guards Yes 14 a Has ever been any FIR complant lodged against your firm with Police If yes furnish details along with Yes No relevant documents b Has ever any chargesheet been Yes No filed against your Firm by Police If Yes furnish details along with Relevant documents c Has ever been your firm debarred Banned If yes furnish details along Yes No with relevant documents 15 Do you accept the Pre contract e Integrity pact P C I P Yes No Signature of Tenderer Name in Block letters Capacity in which Tender is
44. e item equipment should also be provided 15 4 The stores supplied should be of best quality and free from all defects 10 16 17 18 15 5 Each consignment should be insured by the firm at their cost against transit risk till it reaches its destination as the insurer will not accept claims after specified period the consignment shall be clear within 03 days and transit damage loss if any shall be reported to the firm within 30 days of arrival of consignment at the destination RIGHT TO REJECTION 16 1 Store will be accepted after inspection and only if they are found up to the standard specifications 16 2 The decision of the Director General B S F shall be final as to the quality of the stores and shall be binding upon the Tenderers In case any of the stores supplied does not conform to the specifications the same shall be rejected at the risk and cost of the firm and any losses occurring to the purchaser thereto would be borne by the supplier 16 3 The rejected stores must be removed by the Tenderers from the consignees premises within 15 days from the date of the intimation about rejection beyond which the purchaser would be free to dispose off the rejected stores at risk and cost of the firm 16 4 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 PENAL
45. e provisions of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER However the BIDDER can approach the Independent Monitor s appointed for the purpose of this Pact Fall Clause 7 1 The BIDDER undertakes that it has not supplied is not supplying similar product systems or subsystems at a price lower than that offered in the present bid in respect of any other Ministry Department of the Government of India or PSU and if it is found at any stage that similar product systems or sub systems was supplied by the BIDDER to any other Ministry Department of the Government of India or a PSU at a lower price then that very price with due allowance for elapsed time will be applicable to the present case and the difference in the cost would be refunded by the BIDDER to the BUYER if the contract has already been concluded Independent Monitors 8 1 The BUYER has appointed independent Monitors hereinafter referred to as Monitors for this Pact in consultation with the Central Vigilance Commission Names and Addresses of the Monitors is as under a Shri M Raman IAS Retired Formerly Secretary Petrochemicals and Chemicals Govt of India 3 686 Cauvery Road Kottivakkan Chennai 600 041 Tamilnadu Mobile i 09962258500 Residential 044 24510101 b Shri Sunil Verma IA amp AS Retired Formerly Deputy C amp AG Govt of India C 559 Defence Colony New Delhi 110024 Mobile 09810004383 65 8
46. e quoted This also includes the recently executed contracts of the store in question with Govt Semi Govt organization etc All the documents should be provided in pdf format Firm will provide consumables amp spares free of cost during demonstration and training Rates quoted for Srl No 1 to 12 would be considered for deciding L 1 L 1 will be decided on the final value total amount with taxes i e the item would cost to BSF Rates will be compared by taking account inclusive of all Taxes amp Duties to decide L 1 No column should be left blank Wherever amount is not quoted the column should be filled with basic rate i e 00 00 The decision interpretation of BSF shall be final in all respect 60 APPENDIX 9 PRE CONTRACT INTEGRITY PACT General This pre bid pre contract Agreement hereinafter called the Integrity Pact is made on____ _ day ofthe monthof_______ 20 ___ between on one hand the President of India acting through Shri Designation of the officer Ministry Department Government of India hereinafter called the BUYER which expression shall mean and include unless the context otherwise requires his successors in office and assigns of the First Part and M s _ o represented by Shri _ _ Chief Executive Officer hereinafter called the BIDDER Seller which expression shall mean and include unless the context otherwise requires his successors and permitted as
47. e should be given in the request It is certified that our concern establishment will supply parts of the Equipment for 10 years from the date of purchase of the Equipment For Detector Dewar Cooler DDC the warranty should be 4 years Guarantee Warranty will be comprehensive i e inclusive of spare parts and will be implemented as under Maximum time for repair replacement will be 1 weeks after receipt of equipment by the firm Penalty for non repair replacement beyond 01 weeks will be 0 5 of the basic cost of the individual equipment per week or part thereof 57 APPENDIX 7 OFFICIAL NOTE PAD OF THE OEM Date To The Director General Force Headquarter Border Security Force Block No 10 CGO Complex Lodhi Road New Delhi India Pin 110 003 UNDERTAKING It is to certify that M s name along with full address and contact details of the Indian agent is hereby authorized to participate in BSF Tender Enquiry No dated __ _ 2014 under the backing of name and full address with contact details of the OEM Further OEM undertakes to fulfill the following obligations in case M s Indian agent fails on its commitments with respect to the tender a Extend the Guarantee Warranty cover to the products for a period of 01 year from the date of receipt of supply to BSF b Ensure the availability of spare parts for 10 years from the date of receipt of supply to BSF
48. e valid for all actions of requesting bid submission bid opening etc in the e tender system The bidders should follow this time during bid submission 37 1 26 All the data being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data The data entered will not viewable by unauthorized persons during bid submission amp not be viewable by any one until the time of bid opening 37 1 27 Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key Further this key is subjected to asymmetric encryption using buyers bid openers public keys Overall the uploaded tender documents become readable only after the tender opening by the authorized did openers 37 1 28 The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption technology is used Data storage encryption of sensitive fields is done 37 1 29 The bidder should logout of the tendering system using the normal logout option available at the top right hand corner and not by selecting the X exit option in the browser 37 1 30 For any queries regarding e tendering process the bidders are requested to contact as provided in the tender document Parallely for any further queries the bidders are asked to contact through e mail comdtproc bsf nic in or by over phone 011 24367684 or CPPP toll free no 1800 3070 2232 Sd xxx dated 12 06
49. entionedin Tender ompliance statement as per the format required in tender has been enclosed along wi supporting technical documents proof for each point parameter clearly showing wherever itis being complied with or not Status of Tender has been clearly written in Tender manufacturer or manufacturers authorized agent If agent of foreign principal copy of valid DGS amp D registration certificate as Indian Agent of Foreign Principal enclosed If not reasonin writing be given e following Proforma enclosed wit een properly amp completely filled in signed amp stamped i Form 68 A Offer of stores Questionnaire Form 7 Proforma for equipment amp quality control Details of manufacturer Undertaking to be given by foreign principal of Indian agent e Tenderer has clearly mentioned in writing that business dealings wi e Firms have not been banned by any Govt Private agency If agent of foreign principal copy of necessary permission clearance license authorization from the Central Govt of India to deal in or offer for sale the tendered stores in case the tendered item comes within the purview of arms ammunition explosives or explosive substances enclosed 17 Copy of complete illustrated list of all the spare parts with price separately with the price Es Em 16 y gn country of the supplier or or for the export of any part of the system being supplied Suppliers Contractors shall obtain a certificate to this effect or authori
50. fficer authorized for the time being to execute contracts relating to purchase and supply of stores on behalf of the President of India 2 2 3 Under Clause 2 c Page 5 of DGS amp D Conditions of contract the word Director General of Supplies amp Disposals or heads of his concerned regional offices may be replaced by Director General Border Security Force Ministry of Home Affairs Similarly the reference to DGS amp D wherever appearing may be suitably modified 3 2 2 4 Following amendments may be carried out in the Pamphlet No DGS amp D 229 containing various instructions to tenders Form No DGS amp D 230 Reference to DGS amp D wherever appearing in clause No 14 33 34 35 39 and 40 and Appendix A for Form No DGS amp D 96 may be amended to read as Deputy Inspector General Prov BSF HQrs Ministry of Home Affairs 2 2 5 Clause 24 i e Arbitration In the existing entries clause 24 of DGS amp D 68 Revised substitute DG BSF for DG DGS amp D 2 3 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 amp Stationery Allahabad U P The Superintendent Government Printing amp Stationery Mumbai The Superintendent Government Press Chennai The Superintendent Government Printing amp Stationery Nagpur The Superintendent Government Printing Gul
51. for showing or forbearing to show favour or disfavour to any person in relation to the Contract or any other Contract with the Government 13 27 26 2 Any breach of the aforesaid undertaking by the seller or any one employed by him or acting on his behalf whether with or without the knowledge of the seller or the commission of any offers by the seller or any one employed by him or acting on his behalf as defined in Chapter IX of the Indian Penal Code 1860 or the Prevention of Corruption Act 1947 or any other Act enacted for the prevention of corruption shall entitle the Purchaser to cancel the contract and all or any other contracts with the seller and recover from the seller the amount of any loss arising from such cancellation 26 3 A decision of the Purchaser or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the seller 26 4 Giving or offering of any gift bribe or inducement or any attempt at any such act on behalf of the seller towards any officer employee of the Purchaser or to any other person in a position to influence any officer employee of the Purchaser for showing any favour in relation to this or any other contract shall render the Seller liable for penalty as the Purchaser may deem proper including but not limited to termination of the contract imposition of penalty damages forfeiture of the Bank Guarantee and refund of the amounts paid by the Purchaser AGE
52. have the right to recover any such amount from any contracts concluded earlier with the Government of India 14 27 4 The seller will also be debarred from entering into any supply contract with the Government of India for a period as deemed fit by the purchaser 28 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 29 PATENT AND OTHER INDUSTRIAL INTELLECTUAL PROPERTY RIGHT 29 1 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 29 2 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 30 TRANSFER AND SUB LETTING The Tenderer has no right to give barga
53. he stores required and my our offer is to supply stores strictly in accordance with the requirements 3 I We have understood all the tender conditions in the tender enquiry and will comply with them 4 All the Appendices from 1 to 7 9 amp 10 in Technical bid envelope amp Appendix No 8 in Price bid envelope have been submitted duly filled in amp signed 5 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 45 APPENDIX 2 DETAILS OF MANUFACTURER AUTHORIZED DEALER Details of manufacturer a Name b Office i ii iii iv c Works i ii iii d Contact i person ii iii iv v In case of foreign firm Delhi India a Name b Address c Name of company d Telephone Land Line Mobile e e mail f Fax Address Telephone Land line Mobile Fax e mail Address Telephone Fax Office Address Telephone Land line Mobile Fax e mail contact person in Please confirm that you have offered packing as per tender enquiry requirements If not indicate deviations Gross weight of consignment Net weight of each item PAN Confirm whether you have attached photocopy of PAN Card duly attested Status a Indicate whether you are LSU or SSI b Are you registered with DGS amp D for the i
54. hicle dimensions 4010x1540x1875 mm lxbxh Thermal Imager camera should have a b c Cooler for IR detector Advanced IR Detector having resolution 640 x 512 for sharper Thermal Images Spectral range LWIR MWIR or both d Field of view Identification 1 km min e Magnification Minimum 5X continuous zoom Automatic and manual focusing facility a a o Non Uniformity Calibration NUC Poff i The camera initialization time to ready should not be more than 8 minutes Penetrates darkness haze and smoke a a k al Be immune to glare of searchlights a a Not get damaged if faced towards Sun tk accidentally m Warranty on the Detector Dewar Cooler should not be less than 4 years 28 Cryogenic Stirling Closed Cycle Detector Dewar i a This must comprise a ruggedized OLED LED colour display of size 15 minimum a a b The console unit should have the facility to show the map in the background correlated with the video of the cameras c A suitable provision of the control keys or r joystick should be provided to operate the system Pf fo remotely with comfort d The console should have recovery option in the S system itoeitwhenever sofware gots corrupted e The console should have the provision to control the operation of day amp night camera and Pan amp Pf op Tilt sub systems P amtomaticatywnenever regea automatically whenever required g The console must incorporate
55. in 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 31 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 or becomes impossible or unlawful 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 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 if the performance in whole or part or any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days either party may at its opt
56. in the column of the Custom Duty in the price bid then prevailing Custom Duty will be loaded by the purchaser to arrive at L 1 price However the purchaser will also have the discretion to reject the offer in case Custom Duty is not mentioned in the relevant Column of the price bid if required Tenderer must attach copies of Govt Notification in support of all applicable Taxes duties charges quoted in the offer EXEMPTION FROM DUTIES TAXES The purchaser reserve the right whether to issue the Custom Duty Exemption Certificate to the firm at the time of Delivery as per the Government Notification or not The firm has to mention the Custom Duty in the relevant column of the price bid for arriving at the L 1 price TENDER SAMPLE 12 1 The Tenderers would be required to submit one complete set of Hand Held Thermal Imager Binocular Cooled Version alongwith accessories as sample on or before the tender opening date In case any tenderer fails to do so by due date and time their offers would be rejected summarily without giving any notice chance 12 2 The Tenderer is also required to submit Lab Test Report from internationally accredited NABL Central Govt Approved Lab for Environmental test mentioned in Schedule V along with tender sample in original and also submit scanned copies of the same in the technical bids However if the OEM claims to have conducted the required tests at its own facility OEM certification would be acceptable and
57. ing General conditions of contract without any exception and have understood the entire document and are clear about the requirements of the tender requirements 37 1 21 The bidder has to upload the relevant files required as indicated in the cover content In case of any irrelevant files the bid will be rejected 37 1 22 If the price bid format is provided in a spread sheet file like BoQ_xxxx xls the rate offered should be entered in the allotted space only and uploaded after filling the relevant columns The Price Bid BOQ template must not be modified replaced by the bidder else the bid submitted is liable to be rejected for this tender 37 1 23 The bidders are requested to submit the bids through online e tendering system to the Tender Inviting Authority TIA well before the bid submission end date amp time as per Server System Clock TIA will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders at the eleventh hour 37 1 24 After the bid submission ie after Clicking Freeze Bid Submission in the portal the acknowledgement number given by the system should be printed by the bidder and kept as a record of 19 evidence for online submission of bid for the particular tender and will also act as any entry pass to participate in the bid opening date 37 1 25 The time settings fixed in the server side amp displayed at the top of the tender site will b
58. ion terminate the contract provided also that if the contract is terminated under this 15 clause the purchaser shall be at liberty to take over from the contractor at a price to be fixed by the Purchaser which shall be final all unused undamaged and acceptable materials bought out components and stores in course of manufacture in the possession of the contractor at the time of such termination or such portion thereof as the purchaser may deem fit excepting such materials bought out components and stores as the contractor may with the concurrence of the purchaser elect to retain 32 33 34 TERMINATION OF CONTRACT 32 1 Time shall be the essence of the contract 32 2 The Purchaser shall have the right to terminate this Contract without any notice in part or in full in any of the following cases 32 2 1 The delivery of the material is delayed for causes not attributable to Force Majeure after the scheduled date of delivery 32 2 2 The Selleris declared bankrupt or becomes insolvent 32 2 3 The delivery material is delayed due to causes of Force Majeure by more than 60 days 32 2 4 In case Performance Security is not furnished within 15 days from the date of issuing of AT CORRESPONDENCE PROCEDURE 33 1 Any query Clarification Representation related to this Tender must be strictly addressed to Commandant Proc Prov Dte HQ DG BSF Block No 10 CGO Complex Lodhi Road New Delhi 110003 Tele Fax No 011 24367
59. ized OLED LED display a This must comprise a ruggedized OLED LED a Check the National colour display of size 15 minimum 37 The firm must provide the National International Accredited lab certificate re port in respect of CCD CMOS camera and Resolution In case of any doubt in the test report the veracity of the same may be checked from the concerned lab c Optical zoom not less than 5x and Digital zoom not less than 4x e Both provisions for focusing AF manual must be provided a The firm should provide the National International Accredited lab certificate report in respect of Ruggedized OLED LED display In case of any doubt in the test report the veracity of the same may be checked from the concerned lab The console unit should have the facility to show the map in the background correlated with the video of the cameras A suitable provision of the control keys or joystick should be provided to operate the system remotely with comfort The console should have recovery option in the system itselfwhenever software gets corrupted The console should have the provision to control the operation of day amp night camera and Pan amp Tilt sub systems The console should have scan around facility automatically whenever required The console must incorporate built in test equipment BITE Should have ports for external PC interface Ethernet and digital amp analogue video
60. l dreds day Ofre ea iniaa a year THE CONDITIONS OF THIS OBLIGATION ARE 1 If the tenderer withdraws or amends impairs or derogates from the tender in any respectwithin 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 upto and including 60 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 BSF to invoke this Bank Guarantee the amount will be remitted to Code No 7837 SBI CGO Complex New Delhi Account No 30130396272 under intimation to The Director General Border Security Force Block No 10 CGO Complex Lodhi Road New Delhi 110003 Seal name amp address of the Bank and address of the Branch 55 i ii iii iv v vi
61. lization time from Of Off position must not be to On mode and note down more than 8 minutes the time by stop watch j Penetrates darkness haze and smoke j Check the effect of j HHTI must be capable darkness in night in smoke to see through darkness amp haze conditions on the haze and smoke picture quality Be immune to glare of searchlights k Check the effect of glare k It must be immune to of search light on the system glare of searchlights when face towardsit Not get damaged if faced towards Sun 1 Check the effect o sun 1 It must not get damaged accidentally rays on the system when if faced towards faced towards the sun accidently undertaking submitted by the firm regarding warranty on the DDC Put the HHTI in normal mode so that only day camera image is displayed on the screen TI camera must be switched OFF 36 CCD CMOS colour camera Resolution 754 x 576 min Optical zoom 5x min Digital zoom 4x min One shot focus AF Manual Operator Console Unit a Check the National International Accredited lab certificate report submitted by the firm in respect of CCD CMOS camera and Resolution c Check the Optical zoom and Digital zoom physically in the Lab as per the procedure e Check the focusing mechanism provided for automatic and manual focusing International Accredited lab certificate report submitted by the firm in respect of Rugged
62. nt time i Held by you against this Enquiry ii Held by M s over which you have secured an option 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 47 N B 15 further a b c 1 2 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 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 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 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 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 th
63. ntegrated ina single housing single housing to be integrated in a single accommodate both the housing camera i A a Day Observation a Place two jawans each at a Human target i i the range of 1 Km 2 5 Km amp detection Recognition Detection 5 km min 5 Kms and move them and identification through target Observe them for detection day amp night camera must aS Recognition 2 5 km min Recognition and be achieved as per the identification at respective minimum ranges ea cee ranges mentioned in the QRs For vehicles Detection 9 km min Para 2 a i and 2 b i b Place defined vehicle in Recognition 4 5 km min moving and stationary b The vehicle target E conditions at different Detection Recognition Identification 2 5 km min angles at a distance and Identification through 5 Night mentioned in QRs Para 2 a day amp night camera must e aia l ee ons OI Ores I ated ete oto lon Dae 3k for detection Recognition minimum ranges ae creo z m min and Identification at mentioned in the QRs o Recognition 1 5 km min 7 SPective ranges Pora Aan BO Identification 750 mtrs d In case not achieved min clearly mention the distance For vehicles Detection 8 km min al Which Ueno recognition and io Recognition 2 5 km min identification achieved eel Identification 1 km min Note Vehicle dimensions 4010x1540x1875 mm 34 Thermal Imager camer
64. omplete 2 CONDITIONS GOVERNING THE CONTRACT 2 1 Apart from any special conditions contained in attached to this invitation to tender the conditions contained in the below mentioned Pamphlets and Forms will form part of any contract made 2 1 1 Pamphlet No DGS amp D 39 titled Conditions of Contract governing contracts placed by the Central Purchase Organization of the Government of India as amended up to date 2 1 2 Pamphlet No DGS amp D 229 2 1 3 DGS amp D Form No 68 Revised 2 2 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 amp D 39 form No DGS amp D 68 Revised 2 2 1 The definition of Government provided in clause 1 f page 2 of DGS amp D Conditions of Contract may be amended as under Government means the Central Government 2 2 2 The definition of Secretary Clause 1 k Page 3 of DGS amp 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 o
65. osit specified Earnest Money 6 3 Tender received from Firm which is not registered with DGS amp D or NSIC for the tendered stores and is not accompanied with required Earnest money in the prescribed form is liable to be rejected Registration with any other authority will not exempt the firm from depositing Earnest Money 6 4 Firms who are registered for the subject stores with NSIC but with a certain monetary limit will be treated as unregistered for the tender value exceeding their monetary limit of registration Such firms shall be required to deposit earnest money in excess to the 5 of the firm s monetary limit as per formula indicated below EMD required to be deposited by the firm EMD indicated in the Tender 5 of the Firms own monetary limit In case any such firm fails to deposit earnest money its offer for the tender value in whole or the part exceeding its monetary limit is liable to be ignored 6 4 Public sector undertaking or central state owned companies are not exempted from the payment of Earnest Money unless registered with DGS amp D NSIC for subject stores 6 5 Bidders have to submit Earnest Money physically in any one of the following forms before bid submission end date otherwise bids will be liable for rejection 6 5 1 An irrevocable Bank Guarantee BG in the name of DDO FHQ BSF Block No 10 CGO Complex New Delhi of any Nationalized Scheduled bank as per the format given at Appendix 5 6 5 2 A
66. ough AC DC adopter e Drop the container from a height of 2 meters on a hard surface and check it for any deformation or breakage f Switch ON the system and put it in fusion mode watch the out put video from day and TI camera during day and night time for fused image Check the national international accredited lab certificate in respect of pixel level sensor fusion between TI amp Day camera mode g Operate the HHTI on a variable single phase 50 Hz AC mains supply and generator through AC DC adaptor and vary the in put voltage from 90 to 250 Volt 33 e The container must not get deformed or break after drop test and equipment be safe f The resultant image displayed from the sensors day amp TI camera must be pixel level fused image It must provide best scene information as seen by both cameras in real time The picture must not have ghost or double image in any respect The shadow part of the scene during day must be clear The firm must provide the National International Accredited lab certificate re port in respect of CCD CMOS camera and Resolution In case of any doubt in the test report the veracity of the same may be checked from the concerned lab g The HHTI must function properly on 90 Volt to 250 Volt 50 Hz AC mains and generator through AC DC Adaptor h Day amp Thermal Imager camera should be h Check the HHTI for the h Day amp TI cameras must i
67. out b Check the correlation between captured video and background map by uploading the map in Console unit c Install the HHTI with Console and check the system functions through console remotely d Check the console for the provision of system recovery facility and also check the assurance certificate in respect of the same e Repeat the procedure suggested at Para c and check the functions of cameras and Pan amp Tilt sub system f Check the system for automatic scan around facility g Check the system for BITE facility physically h Check the system for External PC interface Ethernet and digital amp analogue video output ports 38 b Console must have the facility to show video over correlated map in background c Must have suitable provision of control keys or joystick to operate the system remotely d The console must have a system recovery option if software gets corrupted Must be supported with assurance certificate e The console unit must have the provision to control the operation of day amp night camera and Pan amp Tilt sub systems f It must have scan around facility automatically whenever required g It must have a built in test equipment BITE to get the system status at any time of instant h Must have ports for external PC interface Ethernet and digital amp analogue video out The system should have the provision to use as a Switch ON the H
68. payment of equipment stores shall be released after successful completion of JRI at consignee s location Payment terms Ordnance Provisioning Directorate FHQ BSF New Delhi 110 003 For Foreign Firms The payment to the foreign firms will be made through irrevocable Letter of Credit LC In case supplier desire Letter of Credit LC to be confirmed by designated foreign bank such confirmation charges shall be borne by the firm The LC would only be opened within two month from the date of issue of AT and remained valid beyond 30 days of delivery period Payment through LC will be released only after successful receipt of equipment stores to consignee s and after completion of JRI at consignee s location Director Accounts Pay amp Account Division Border Security Force Pushpa Bhawan Madangir New Delhi 110 062 Payment by the Pre Contract Integrity Pact i Signing of Pre Bid Pre Contract Integrity Pact is pre requisite and a mandatory requirement without which no bids would be accepted Proforma attached at Appendix 9 ii Pre bid Pre Contract Integrity Pact would be signed mutually by the Commandant Proc and authorized rep of the firm in the presence of witnesses of both side iii Authorized signatories of the interested Firms may sign the Integrity Pact on any working day after Pre Bid and before bid submission end date Mode of Payment a For Indian Firms The payment will be made in I
69. re not mentioned in the price list of spares asked for and subsequently required by the purchaser the firm is bound to provide such spare parts free of cost to the purchaser It is certified that our concern establishment will supply parts of the 18 Tenderer will supply the spare parts of the equipment for 10 years from the date of purchase of the equipment The following certificate should be given in the request Equipment for 10 years from the date of purchase of the Equipment Sd xxx dated 12 06 15 R Muthu Krishnan Commandant Proc For and on Behalf of President of India 24 SCHEDULE III LIST OF STORES S N Particulars Quantity in nos 1 Hand Held Thermal Imager Binocular Cooled Version 40 pei along with O01 battery 5 Rechargeable battery S S SY Si 6 Battery charger o U Remote cable for console Ao mtrs 3 AC DC adaptor 9 Console Unit ___ S S S SC SSSSCSCSCi p 10 Video extension cable 200 mtrs 12 Base level repair amp maintenance test station including 01 ea test equipment 13 User manual amp operation instructions 40 Free Ont A operaron monacor ree 14 Technical and maintenance manual 04 Free CS ee Sd xxx dated 12 06 15 R Muthu Krishnan Commandant Proc For and on Behalf of President of India 25 SCHEDULE IV LIST OF CONSIGNEES 1 Dy Inspector General SIW BSF Tigri Camp M B Road New Delhi India Sd xxx
70. rest vi To cancel all or any other Contracts with the BIDDER The BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation rescission and the BUYER 64 shall be entitled to deduct the amount so payable from the money s due to the BIDDER vii To debar the BIDDER from participating in future bidding processes of the Government of India for a minimum period of five years which may be further extended at the discretion of the BUYER viii To recover all sums paid in violation of this Pact by BIDDER s to any middleman or agent or broker with a view to securing the contract ix In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the BUYER with the BIDDER the same shall not be opened x Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact 6 2 The BUYER will be entitled to take all or any of the actions mentioned at para 6 1 i to x of this Pact also on the Commission by the BIDDER or any one employed by it or acting on its behalf whether with or without the knowledge of the BIDDER of an offence as defined in Chapter IX of the Indian Penal Code 1860 or Prevention of Corruption Act 1988 or any other statute enacted for prevention of corruption 6 3 The decision of the BUYER to the effect that a breach of th
71. rovisions of this Pact turn out to be invalid the remainder of this Pact shall remain valid In this case the parties will strive to come to an agreement to their original intentions The parties hereby sign this Integrity Pactat__ on BUYER BIDDER Name of the Officer CHIEF EXECUTIVE OFFICER Designation Deptt MINISTRY PSU Witness Witness 1 ee ee ee Oe eee 1 ee ee ee ee ee 2 2 67 APPENDIX 10 CHECK LIST FOR TENDERERS Before submission of Tender documents in Pdf files Tenderers should check they have complied with the following requirements 1 Earnest Money Deposit EMD has been enclosed If not then supporting documents proving exemption to this enclosed If registered with NSIC or and DGS amp D copies of valid registration certificate enclosed SSI it has been mentionedin tender amp copy of validregistration certificate enclosed 3 Tran 4 Monthly manufacturing amp supplying capacity has been mentioned in the tender documents omplete tender documents have been enclosed after signature amp stamping on all pages Signatures of witness with full name and address have been added wherever required on tender documents P nical Bid amp separate Price Bi tender enquiry Offer validity as required in tender has been accepted amp clearly mentioned in Tender documents Delivery Terms amp Period as per Tender have been accepted and mentionedin Tender Payment Terms as per Tender have been accepted and m
72. rs AD a a e ates level repair ator Note maintenance test station including test equipment Total in figures a b c d e g i j k 1 Tenderers are requested to read the instructions given below the Price Bid Proforma carefully before filling the same The complete commercial quote should be in one currency only i e INR or Euro or US Currency of price should be clearly mentioned For evaluation and comparison of offers on equitable basis all the quoted prices with different currencies will be converted into a single currency i e INR as per the selling exchange rate established by RBI SBI as prevailing on the date of Opening of Tender Tenderers are required to indicate Basic Rate Custom duty Excise duty Sales Tax VAT and any other leviable taxes Charges separately in the relevant columns of the proforma Any taxes duties charges reflected outside the Proforma will not be accepted In case of the firms quoting NIL in the column of the Custom Duty in the price bid then prevailing Custom Duty will be loaded by the purchaser to arrive at L 1 price However the purchaser will also have the discretion to reject the offer in case Custom Duty is not mentioned in the relevant Column of the price bid if required Purchaser reserves the right to grant CDEC or otherwise Entry tax Octroi Toll tax and other Statutory Taxes will be applicable at actuals if admissible Tenderer will attach justification of pric
73. s of Technical Supervisory Staff incharge of production amp Quality control b Skilled labour employed c Unskilled labour employed d Maximum No of workers Skilled amp Unskilled employed on any day during the 18 months preceding the date of application PLACE DATE N B SIGNATURE OF THE TENDERER Designation Company Firm 1 Details under column 5 to 8 inclusive need to be restricted to the extent they pertain to the item s under reference 53 ANNEXURE TO APPENDIX 4 MANUFACTURER WILL PROVIDE LIST OF MACHINERY INSTALLED IN THEIR FACTORY FOR MANUFACTURING THIS ITEM Name of Machinery 54 APPENDIX 5 BANK GUARANTEE FORMAT FOR FURNISHING EMD WHE TEAS iii caicncdasautaagen ents eae Ritag ada bladinn e seven Gna nUsin hand ENa AELA EEN hereinafter called the tenderer Has Stibmittedtheir Otter Gated anarien ies dacs sto less aE EnA AAE bine Erends FOR CHES Uy Gls fev saison Aatieryiaiinba E E E EEEE ANE hereinafter called the tender against the purchasers tender enquiry NOssictids ila wetetincddnensGiends eiedaey veep ules tvbeebaaituioaaes hereinafter called the Purchaser ITNE SUMm OL re eee aeee a aa aap eee aH Rae soa aA a RoR Gans ROO Hera RW EDE Race TISE 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 c isecssesdgivewen
74. signed Full Address 51 1 FORM 7 PROFORMA FOR EQUIPMENT AND QUALITY CONTROL THIS PROFORMA IS REQUIRED TO BE SUBMITTED IN DUPLICATE Tender No amp Date 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 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 utilized has been put at your disposal for the manufacture fabrication of the stores for which registration has been applied for Details of plant and machinery erected and functioning in each department Monograms and descriptive Pamphlets should be supplied if available 52 for the supply of APPENDIX 4 Whether the process of manufacture in factory is carried out with the aid of power or without it Details and stocks of material held state whether imported or indigenous against each item raw Production capacity of each item with the existing plant amp machinery a Normal b Maximum Details of arrangements for quality control of products such as laboratory etc a Detail
75. signs of the Second Part WHEREAS the BUYER proposes to procure Name of the Stores Equipment Item and the BIDDER Selleris willing to offer has offered the stores and WHEREAS the BIDDER is a private company public company Government undertaking partnership registered export agency constituted in accordance with the relevant law in the matter and the BUYER is a Ministry Department of the Government of India PSU performing its functions on behalf of the President of India NOW THEREFORE To avoid all forms of corruption by following a system that is fair transparent and free from any influence prejudiced dealings prior to during and subsequent to the currency of the contract to be entered into with a view to Enabling the BUYER to obtain the desired said stores equipment at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionaryimpact of corruption on public procurement and Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption in any form by its officials by following transparent procedures The parties hereto hereby agree to enter into this Integrity Pact and agree as follows Commitments of the Buyer 1 1 The Buyer undertakes that no official of the BUYER
76. tandard proforma enclosed with this TE irrespective of their registration status Purchaser reserves the right to get the manufacturing capacity of any Tenderer re verified through its representative or any inspecting agencies irrespective of their registration status 8 COMPULSORY ENLISTMENT OF INDIAN AGENTS Indian Agent of Foreign Manufactures Principal are allowed to participate in the tender subject to the following conditions 8 1 a The Indian Agent must be enlisted with the DGS amp D for the tendered stores on or before the date of opening of technical bids under the compulsory registration scheme of the Department of Expenditure b Attention is drawn to DGS amp D Circular No 12 dated 17 09 2009 available on DGS amp D website Offers from Indian Agents not enlisted with DGS amp D under this scheme and submitting bids on behalf or otherwise of foreign manufactures principals will NOT be considered in any manner whatsoever 8 2 As per the Compulsory Enlistment Scheme of the Department of Expenditure Ministry of Finance Govt of India it is compulsory for 6 Indian agents who desire to quote directly on behalf of their foreign manufacturers principals to get themselves enlisted with the Department of Expenditure through the Central Purchase Organization e g DGS amp D 8 3 The Compulsory enlistment of Indian Agents under the scheme of Ministry of Finance is simpler and differs from the registration of Indian Agents
77. tem quoted If so indicate whether there is any monetary limit on registration 46 10 11 12 13 14 c Ifyou 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 Banker a Name b Address c Telephone d e mail e Fax 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 iii Any Act if not who are the owners Please give full names and address Whether the tendering firm is Manufacturer of the store specified in the tender 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 State whether raw materials are held in stock sufficient for the manufacture of the stores Please indicate the stocks in hand at prese
78. ten report to the designated Authority of BUYER Secretary in the Department within 8 to 10 weeks from the date of reference or intimation to him by the BUYER BIDDER and should the occasion arise submit proposals for correcting problematic situations 9 Facilitation of Investigation In case of any allegation of violation of any provisions of this Pact or payment of commission the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination 10 Law and Place of Jurisdiction This Pact is subject to Indian Law The place of performance and jurisdiction is the seat of the BUYER 11 Other Legal Actions The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings 66 12 Validity 12 1 The validity of this Integrity Pact shall be from date of its signing and extend upto 5 years or the complete execution of the contract to the satisfaction of both the BUYER and the BIDDER Seller including warranty period whichever is later In case BIDDER is unsuccessful this Integrity Pact shall expire after six months from the date of the signing of the contract 12 2 Should one or several p
79. tions charge the battery fully in lt during charge 5 hours Check the charger for Charge ON and charge A fully discharged battery complete indications must take lt 5 hours to charge fully Charge a fully discharged battery with the charger and note down the total time to fully charge the battery B i b Test Station with Test Equipment for repair amp maintenance of the system Base workshop level 24 Training Operator level training should be An undertaking in this An undertaking in this imparted to minimum 100 persons regard will be obtained from regard will be obtained the firm from the firm APPENDIX 1 FORM 68 A Contractor s Telegraphic Address Telephone No Full name and address of the Tenderer in addition to post Box No if any should be quoted in all communications to this office FAX No amp E mail Address From TENDER NO Dear Sir 1 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 Tenderers 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 t
80. to Enroll option available on the home page Portal enrollment is generally free of charge During enrollment registration the bidders should provide the correct true information including valid email_id All the correspondence shall be made directly with the contractors bidders through email id provided 17 37 1 3 Bidder need to login to the site thro their user ID password chosen during enrollment registration 37 1 4 Then the Digital Signature Certificate Class II or Class II Certificates with signing key usage issued by SIFY TCS nCode eMudra or any Certifying Authority recognized by CCA India on e Token Smart Card should be registered 37 1 5 The DSC that is registered only should be used by the bidder and should ensure safety of the same 37 1 6 Contractor Bidder may go through the tenders published on the site and download the required tender documents schedules for the tenders he she is interested 37 1 7 After downloading getting the tender document schedules the Bidder should go thro them carefully and then submit the documents as asked otherwise bid will be rejected 37 1 8 If there are any clarifications this may be obtained online thro the tender site or thro the contact details Bidder should take into account the corrigendum published before submitting the bids online 37 1 9 Bidder then logs in to the site through the secured log in by giving the user id password chosen during enrolment regis
81. tration and then by giving the password of the e token smart card to access DSC 37 1 10 Bidder selects the tender which he she is interested in by using the search option amp then moves it to the my tenders folder 37 1 11 From my tender folder he selects the tender to view all the details indicated 37 1 12 It is construed that the bidder has read all the terms and conditions before submitting their offer Bidder should go through the tender schedules carefully and upload the documents as asked otherwise the bid will be rejected 37 1 13 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 zip dwf formats If there is more than one document they can be clubbed together and can be provided in the requested format Each document to be uploaded through online for the tenders should be less than 2 MB If any document is more than 2 MB it can be reduced through zip rar and the same can be uploaded if permitted Bidders Bid documents may be scanned with 100 dpi with black and white option However of the file size is less than 1 MB the transaction uploading time will be very fast 37 1 14 if there are any clarifications this may be obtained through the site or during the pre bid meeting if any Bidder should take into account the corrigendum published from time to time before submitting the online bids 18 37 1 15 The
82. ty concerned of their country and attached with technical bid e Tende covering forwarding letter only which will be placed on the first page of the technical bid Such condition mentionedin any other document shall not be given any consider ation enderer will attach copies of Govt Notification in support of all applicable Taxes Duties quotedin the offer N an Tendered will attach copy of signed Pre Contract Integrity Pact 68
83. zargbag Patna Bihar DGS amp D New Delhi and its Regional offices at Mumbai Chennai Kolkata and Kanpur Government of India Book Depot 8 Hastings Street Kolkata Commandant Proc Room No 704 7tt Floor HQ DG BSF Block No 10 CGO Complex Lodhi Road New Delhi 110003 3 If you are in a position to quote for supply of the entire quantity in accordance with the requirements stated in the attached Schedules to the Tender all documents attached herewith should be duly filled in signed and submitted to this office in time 4 PURCHASER S DISCRETION Director General BSF reserves the right to 4 1 4 2 4 3 Cancel reject any or all the tenders without assigning any reason Increase or decrease the quantity at any stage without assigning any reason Change the consignee and allocation of quantity at any stage without assigning any reason 5 PURCHASE PRICE PREFERENCE Give a purchase price preference to offers from public sector units and SSI units over other firms in accordance with the policies of the Govt from time to time EARNEST MONEY 6 1 Firms not registered with NSIC or DGS amp D for the subject stores for which the offers are being invited are required to deposit EARNEST MONEY EM equivalent to the amount as mentioned in the tender schedule 6 2 Firms registered for any other stores and not for the stores indicated in the Tender schedule will be treated as unregistered and shall be required to dep

Download Pdf Manuals

image

Related Search

Related Contents

Plesk 8.1 für Linux/UNIX  Flèche télescopique automotrice  Philips Spiral energy saving bulb 8718291218180  TiLeRIGHT TR0002 Installation Guide  Especificações Técnicas em Português      Samsung HMX-F90WP Felhasználói kézikönyv  Dell Laptop L701X User's Manual  755KB - ユビキタス  

Copyright © All rights reserved.
Failed to retrieve file