subject: - publication of tender notice in … factory muradnagar ordnance factory muradnagar,...

59
Page 1 E-Mail : [email protected] Directorate-General, CRPF (Procurement Cell of Provisioning branch) Block No.1, CGO Complex, Lodhi Road, New Delhi-03 (Ministry of Home Affairs, Govt. of India) (Tele No-011-24369586, Tele Fax. 24360155) Email- [email protected] T.E. No. U.II.1156/2015-16-Proc-VI Dated, the 10 th February, 2016. To, The Director (ITJ) Director General of Commercial Intelligence & Statistics, 565, Anandpur, Sector-1, Plot No. 22, Ward No. 108, Kolkata-700 001 (WB). Subject: - PUBLICATION OF TENDER NOTICE IN INDIAN TRADE JOURNAL Sir, Kindly arrange to publish the following Global Tender Notice in the next issue of the Indian Trade Journal. Tender notice Directorate-General, CRPF (Procurement Cell of Provisioning branch) Block No.1, CGO Complex, Lodhi Road, New Delhi-03 (Ministry of Home Affairs, Govt. of India) (Tele No-011-24369586, Tele Fax. 24360155) No. U.II.1156/2015-16-Proc-VI Dated, the 10 th February, 2016. Director-General, CRPF, New Delhi for and on behalf of the President of India invites online Global tenders under two bid system (Technical and Commercial Bids) on the prescribed form for the purchase of the following stores as per details given below :- Tender No. Description of Stores Qty. Specifi- cation Earnest Money Deposit Cost of Tender Documents (Non- refundable ) Critical dates U.II.1156 /15-16- Proc-VI Eye Ball/Video Surveillance Ball 06 Nos As mentioned in the Tender Enquiry (Schedule- V) Rs.3,41,000/- (Rupees Three lakh forty one thousand) valid up to 225 days from the date of opening of tender. Rs. 500/- a)Time &date of receipt of online and offline tender:- 1030 hrs on 14/04/2016 _ b) Time & date of opening of online and offline tender on or after:- 1130 hrs on 14/04/2016

Upload: dinhquynh

Post on 24-Apr-2018

239 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 1

E-Mail : [email protected]

Directorate-General, CRPF (Procurement Cell of Provisioning branch)

Block No.1, CGO Complex, Lodhi Road, New Delhi-03

(Ministry of Home Affairs, Govt. of India)

(Tele No-011-24369586, Tele Fax. 24360155)

Email- [email protected]

T.E. No. U.II.1156/2015-16-Proc-VI Dated, the 10th

February, 2016.

To,

The Director (ITJ)

Director General of Commercial Intelligence & Statistics,

565, Anandpur, Sector-1, Plot No. 22, Ward No. 108,

Kolkata-700 001 (WB).

Subject: - PUBLICATION OF TENDER NOTICE IN INDIAN TRADE

JOURNAL

Sir,

Kindly arrange to publish the following Global Tender Notice in the next

issue of the Indian Trade Journal.

Tender notice

Directorate-General, CRPF (Procurement Cell of Provisioning branch)

Block No.1, CGO Complex, Lodhi Road, New Delhi-03

(Ministry of Home Affairs, Govt. of India)

(Tele No-011-24369586, Tele Fax. 24360155)

No. U.II.1156/2015-16-Proc-VI Dated, the 10th

February, 2016.

Director-General, CRPF, New Delhi for and on behalf of the President of

India invites online Global tenders under two bid system (Technical and

Commercial Bids) on the prescribed form for the purchase of the following stores as

per details given below :-

Tender

No.

Description

of Stores

Qty. Specifi-

cation

Earnest

Money

Deposit

Cost of

Tender

Documents

(Non-

refundable

)

Critical dates

U.II.1156

/15-16-

Proc-VI

Eye

Ball/Video

Surveillance

Ball

06

Nos

As

mentioned

in the

Tender

Enquiry

(Schedule-

V)

Rs.3,41,000/-

(Rupees

Three lakh

forty one

thousand)

valid up to

225 days from

the date of

opening of

tender.

Rs. 500/- a)Time &date of receipt of online and offline tender:- 1030 hrs on 14/04/2016 _ b) Time & date

of opening of

online and

offline tender

on or after:-

1130 hrs on

14/04/2016

Page 2: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 2

2. Bids will be accepted only online at e-procurement web site

https://eprocure.gov.in/eprocure/app (CPPP). ( Certain documents are required to be

submitted in original as per clause 13 (a) (i) of schedule-1 to tender enquiry.

3. All relevant details, including specification, terms & conditions etc are

available on eProcurement website https:// eprocure.gov.in/eprocure/app. (CPPP), same

may be downloaded by the bidders. Details can also be seen at CRPF website

http://www.crpf.nic.in . FAQs related to CRPF tender may be seen at

http://www.crpf.nic.in and also attached with the tender at eProcurement https://

eprocure.gov.in/eprocure/app (CPPP) web site.

4. For any changes in Tender Enquiry/specifications etc, tenderers are

requested to visit the CRPF/CPPP web sites regularly.

5. Date of availability of tender on CPPP: 10 /02/2016

6. In case of any problem please contact on the following telephone numbers:-

011-24369586,24360155

Thanking you.

Yours faithfully

Sd/- 10/02/2016

(Manas Ranjan)

Commandant (Proc)

For and on behalf of the President of India

NO.U-II- 1156/2015-16-Proc-VI Dated ,the 10th

February’2016.

Copy forwarded to:-

1. The PRO Dte.Genl, CRPF for publication before 17/02/2016 in local newspaper

and at least one national dailies before having wide circulation through Media

Executive, DAVP 10th

floor Suchana Bhawan, New Delhi.(Encl: Soft copy )

2. The CLO, NSIC, Jeevantara Building, Parliament Street, New Delhi-110001.

3. The Embassies/High Commissions as per Annexure “A” (attached)

4. Ordnance Factory Board as per Annexure ‘B’(attached)

Sd/- 10/02/2016

(Manas Ranjan)

Commandant (Proc)

For and on behalf of the President of India

INTERNAL

a) The DIG (MT/Ord) Director General, CRPF, New Delhi w.r.t. his ION No.

S.II-1/2015-16-Prov-Ord-II(Eye Ball-Mod) dated 18.01.2016 and 01/02/16 with

request to kindly go through the Tender Enquiry and errors, if any, may be

intimated within 07 days.

b) The DIG (IT), Directorate-General, CRPF, New Delhi along with soft copy of

Tender Enquiry and NIT for publication on CRPF website.

c) File

Page 3: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 3

ANNEXURE-A

No. U-II.1156/2015-16-Proc-VI Dated, the 10th

February, 2016

Copy of Notice Inviting Tender (NIT) dated __/02/2016 regarding procurement of

Eye Ball/Surveillance Ball issued to following:-

The Controller of Economic and Commercial Affairs, Embassy of France, 2/50-E, Santipath, Chanakyapuri,New Delhi-110021

The Second Secretary for Economic Affairs,

Embassy of Netherlands,

6/50, Shanti Path, Chanakyapuri, New Delhi-110021.

The Counselors of Economic and Commercial Affairs, Chancery of Denmark, 11, Aurangzeb Road, New Delhi-110011

The Counselor of Economic Affairs and Commercial Affairs, Chancery and Federal Republic of Germany, 6/50, Shanti Path, Chanakya Puri, New Delhi-110021

The Counselor of Economic and Commercial Affairs, U.K. High Commission, Shanti path Chanakya Puri, New Delhi-110021.

The Commercial and Economic Counselor, Embassy of Czechoslovakia, 50, Niti Marg, Chanakya Puri, New Delhi-110021.

The Commercial Counselor of The Commercial Counselor,

Trade Representative, Embassy of Poland, 50-M, Shanti path, Chankayapuri, New Delhi-110021.

Trade Representative, Embassy of Hungarian Republic,

19, Golf Link, New Delhi

The Rumanian Trade Representative, Singapore High Commission,

Socialist Republic Embassy of Romania’s, N-88, Panchsheel Park, A-47, Vasant Marg, Vasant Vihar, New Delhi-110017.

New Delhi-110057 The Counselor of Economic Affairs, Embassy of Belgium

Embassy of Russia Federation 50 N, Shantipath, Chanakyapuri,

Shantipath, Chanakya Puri, New Delhi-110021.

New Delhi-110021.

The Counselor, Embassy of Italy, 50-D, Chandragupta Marg, Chanakyapuri,New Delhi-110021.

The Commercial counselor, Embassy of Japan,50-G Shantipath, Chanakyapuri, New Delhi-110021.

Embassy of Democratic people’s Embassy of the Republic of Bulgaria,

16/17, Chanakyapuri, New Delhi-110021.

Republic of Korea, D-14, Maharani Bagh,New Delhi-110065.

The Commercial Counselor, High Commission of Canada, 7/8, Shanti Path, Chanakya Puri,New Delhi-110021

Embassy of U.S.A. American Embassy Chanakyapuri, New Delhi-110021.

Embassy of Israel, Embassy of the Federative

3, Aurangzeb Road, Republic of Brazil,

New Delhi-110022 8, Aurangzeb Road, New Delhi-110011. Embassy of Switzerland Austrian Embassy,

Nyaya Marg, Chanakyapuri, EP-13, Chandragupt Marg,

New Delhi-110021. Chanakyapuri, New Delhi-110021.

Sd/- 10/02/2016

( Manas Ranjan) Commandant (Proc.) For and on behalf of the President of India

Page 4: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 4

ANNEXURE-B

No. U-II.1156/2015-16-Proc-VI Dated, the 10th

February, 2016

Copy of Notice Inviting Tender (NIT) dated __/02/2016 regarding procurement of

Eye Ball/Surveillance Ball issued to following:-

01 The Secretary,

Ordnance Factory Board, 10-A, S.K. Bose Road, Kolkata-700001

Fax No. 033-22480940/22107627

02 General Manager

Ammunition Factory Khadki,

Khadki Pune-411003, Maharashtra, India.

Ph. No. 020-25810554/3855/3856/3857, Fax No. 020-25813205.

03 General Manager

Gun and Shell Factory

7, Khagen Chatterjee Road Cossipore, Kolkata- 700002, West Bengal,

India.

Ph. No. 033-2557 9684, 2556 7773, Fax No. 033-25574390.

04 General Manager

High Explosive Factory

Khadki Pune-411003, Maharashtra, India.

Ph. No. 020-25819566, 25819567, Fax: 020-25813204.

05 General Manager

Ordnance Factory Bhandara

Ordnance Factory Jawaharnagar Bhandara-441906,

Maharashtra, India. Ph No. 07184-275745-48, Fax: 07184-275242.

06 Senior General Manager

Ordnance Factory Chandrapur

Bhadrawati, Distt- Chandrapur-442501, Maharashtra, India.

Ph. No. 07175-254012/ 254051/254052, Fax:07175-254043/254276.

07 General Manager

Ordnance Factory Dehu Road

Dehu Road Pune-412101, Maharashtra, India.

Ph : 020-27671206/1209/1392/1393/1394, Fax: 020-27671616/3838

08 Senior General Manager

Ordnance Factory Khamaria

Jabalpur-482005, Madhya Pradesh, India.

Ph. 0761-2337021 to 2337031 , Fax: 0761-2337301, 2430202

09 General Manager

Ordnance Factory Tiruchirapalli

Tiruchirapalli- 620016, Tamil Nadu, India.

Ph. 0431-2581291-96, Fax: 0431-2581136

10 General Manager

Ordnance Factory Varangaon

P.O.- O.F. Varangaon

City-Bhusaval, Distt- Jalgaon-425308, Maharashtra, India.

Ph. 02582-277812-15, Fax: 02582-277822

11 General Manager

Rifle Factory Ishapore

P.O. Ichapur- Nawabganj

Distt-24 Parganas (North)-743144, West Bengal, India.

Ph No. 2593-7119/20/21/22/23, 2593-8072/73/74, Fax: 033-2593-720

Page 5: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 5

12 General Manager

Small Arms Factory

Kalpi Road, Kanpur-208009, Uttar Pradesh, India.

Ph. 0512-2295042-46, Fax: 0512-2296229

13 Regional Director

Regional Marketing Centre Delhi

Delhi-110011, New Delhi, India.

Ph. No. 011-23016826, Fax: 011-23793772

14 The Secretary

Ordnance Factory Board

Ayudh Bhawan

10-A, S.K. Bose Road, Kolkata-700001, India.

Ph. 0091-33-22430472-0476, 0091-33-22485077-5080, 0091-33-

22489121-9127, Fax: 0091-33-22482927

15 Web Information Manager

DDG/Admin

Ordnance Factory Board

Ayudh Bhawan

10-A, S.K. Bose Road, Kolkata-700001, India.

Ph. 0091-33-22430472-0476, 0091-33-22485077-5080, 0091-33-

22489121-9127, Fax: 0091-33-22482927

16 Principal Director

Ordnance Factories Institute of Learning Avadi

HVF Estate Avadi Chennai Pin - 600054

Tamil Nadu, India.

Phone : 044-26372389, Fax : 044-26375479

17 Principal Director

Ordnance Factories Institute of Learning Ambernath

Ordnance Estate Ambarnath Thane Dist. Pin - 421502

Maharashtra, India.

Phone : 0251-2610346 , Fax : 0251-2610101

18 Principal Director

Ordnance Factories Institute of Learning Ambajhari

O.F. Ambajhari Estate, Ambajhari,Nagpur, Pin - 440021

Maharashtra, India.

Phone : (07104) 234721, Fax : (07104) 236778

19 General Manager

Ordnance Parachute Factory

Napier Road, Cantt., Kanpur Pin - 208004

Uttar Pradesh, India.

Phone : +91-512-2327901-903, Fax : +91-512-2321436

20 General Manager

Opto Electronics Factory

Raipur, Dehradun Pin - 248008

Uttaranchal, India.

Phone : 091-0135-2787101, Fax : 091-0135-2787181

21 General Manager

Ordnance Factory Project Medak

Yeddumailaram , Medak District Pin - 502205

Andhra Pradesh, India.

Phone : 91- 40 – 23283000, Fax : 08455-239074 & 91-40-23292950

22 General Manager

Ordnance Factory Project Korwa

P.O. Hal. Hal Complex, Teh. Amethi, CSM Nagar

Pin – 227412, Uttar Pradesh, India.

Phone : 05368-255118, Fax : 05368-255014

Page 6: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 6

23 General Manager

Ordnance Factory Project Nalanda

PO. – Rajgir, Dist. – Nalanda, PIN – 803121, Bihar, India.

Phone : 06112 257 100, Fax : 06112 257 102

24 General Manager

Ordnance Factory Muradnagar

Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206

Uttar Pradesh, India.

Phone : 01232-232200, Fax : 01232-228550

25 General Manager

Ordnance Factory Katni

O.F.Katni, Katni, Pin – 483503, Madhya Pradesh, India.

Phone : 07622-221621-25, Fax : 07622-221605/224082

26 General Manager

Ordnance Factory Itarsi

Itarsi (M.P.) Pin – 461122, Madhya Pradesh, India.

Phone : 07572-262510,262511,262512,262513, Fax : 07572-262563,

262504

27 General Manager

Ordnance Factory Dehradun

Ordnance Factory Raipur, Dehradun, Pin - 248008

Uttaranchal, India.

Phone : 0135-2787371/72/73, 2788761/62/63, Fax : 0135-2787177

28 General Manager

Ordnance Factory Dumdum

Ministry of Defence , Jessore Road, Dum Dum, Kolkata

Pin – 700028, West Bengal, India.

Phone : 033-2559-1043/3100/4700/5232, Fax : 033-25512136

29 Senior General Manager

Ordnance Factory Kanpur

Ordnance Factory Kanpur, Kalpi Road, Kanpur

Pin – 208009, Uttar Pradesh, India.

Phone : 2295161- 68, 70, Fax : 91-512-2216040

30 General Manager

Ordnance Factory Bolangir

At/PO. Badmal, Dist. Bolangir, Pin - 767070

Orissa, India.

Phone : 06655-250969 TO 973, Fax : 06655-250561, 250271

31 General Manager

Ordnance Factory Ambajhari

Ambajhari Defence Project, Amrawati Road, Nagpur

Pin – 440021 , Maharashtra, India.

Phone : +91-7104-237845-49, Fax : +91-7104-237705

32 General Manager

Ordnance Equipment Factory Hazratpur

District Firozabad, PIN - 283103

Uttar Pradesh, India.

Phone : 05612-276012,276013,276001, Fax : 05612-276002

33 General Manager

Ordnance Equipment Factory Kanpur

Phool Bagh, Kanpur, Pin - 208001

Uttar Pradesh, India.

Phone : 0512-2311181-85, Fax : 0512-2311186

Page 7: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 7

34 General Manager

Ordnance Clothing Factory Shahjahanpur, Pin - 242001

Uttar Pradesh, India.

Phone : 91-5842-223416, 223704, Fax : 91-5842-223328,281387

35 General Manager

Ordnance Cable Factory Chandigarh

183, Industrial Area Phase-1, Ministry of Defence

Govt. of India , Pin - 160002

Chandigarh, India.

Phone : 0172-2655033, 2671201 (For Pistol / Revolver and Tender related

enquiry contact only 0172-2671413,2671439), Fax : 0172-2655369

36 General Manager

Ordnance Clothing Factory Avadi

Chennai Pin - 600054

Tamil Nadu, India.

Phone : 044-26365000 , Fax : 044-26381701

Sd/- 10/02/2016

( Manas Ranjan) Commandant (Proc.)

For and on behalf of the President of India

Page 8: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 1 of 52

Directorate General, C.R.P.F.

Procurement Cell of Provisioning Directorate

Block No.1, CGO Complex, Lodhi Road, New Delhi-03

(MHA, Govt. of India)

(Tele No-011-24369586, Fax No.011-24360155) (email – [email protected])

GLOBAL TENDER ENQUIRY

NO.U-II- 1156/2015-16-Proc-VI Dated , the 10th

February’2016

1. On behalf of the President of India, DG CRPF invites online Global tender in two-bid

system for the supply of following store :-

S.No. Name of Store Quantity

1 Eye Ball / Video Surveillance Ball 06 Nos

2. If you are in a position to quote for supply in accordance with the requirements stated in the

attached schedule to tender, all documents attached herewith should be fully filled in,

signed and submitted through e-procurement site https://eprocure.gov.in/eprocure/app .

You must also furnish with your tender all the information called for as indicated in

pamphlet No. DGS&D-229 mentioned in para-1 above. Attached list of questionnaire

should also be answered and submitted through eProcurement site

https://eprocure.gov.in/eprocure/app , failing which your tender will be liable to be

ignored, and not considered. The tenderers can download the tender set from above

mentioned web site. Further, FAQs related to CRPF tender may be seen at http://crpf.nic.in

and also attached with the tender at eProcurement (CPPP) web site.

3. This tender enquiry has Schedules and Appendices as following:-

(I) SCHEDULES

(i) Schedule-I - Condition of tender

(ii) Schedule-II - Special instructions

(iii) Schedule-III - List of store

(iv) Schedule-IV - List of consignee

(v) Schedule-V - Specification of Eye Ball / Video Surveillance Ball

(vi) Schedule-VI - Instructions for Online Bid Submission

(vii) Schedule-VII - Trial Directive.

(II) APPENDICES (to be filled & submitted by tenderer)

(i) Appendix-1(Online) = Offer of stores

(ii) Appendix-2 (Online) = Details of Manufacturer/firm

(iii) Appendix-3 (Online) = Questionnaire about manufacturer

(iv) Appendix-4 (Online) = Performance statement for last 3 years

(v) Appendix-5 (Online) = Proforma for equipment and quality control (Form 7)

(v) Appendix-6 (Online) = Bank Guarantee Proforma for EMD

(vi) Appendix-7 (Online) = Guarantee / Warranty clause

(vii) Appendix-8 (Online) = Proforma for Commercial bid (Prices should be quoted as per price bid format provided along with the tender document at eProcurement site

Page 9: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 2 of 52

ix) Appendix-9 Compliance statement for specification

x) Appendix-10 Tender Acceptance Letter xi Appendix-11 Check List for tender

Encls : Aforesaid schedules & enclosures

Yours faithfully

Sd/- 10/02/2016

(Manas Ranjan)

Commandant(Proc) For and on Behalf of President of India

NO.U-II- 1156/2015-16-Proc-VI Dated ,the 10

th February’2016

Copy to the Indentor (DIG (MT/Ord), Dte. Genl, CRPF) alongwith copy of tender

enquiry for information w.r.t. his ION No. S-II.1/15-16-Prov-Ord.-II ( Eye Ball- Mod) dated

18.01.2016 and 01/02/16.

Sd/- 10/02/2016

(Manas Ranjan)

Commandant(Proc) For and on Behalf of President of India

Page 10: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 3 of 52

SCHEDULE-I

GENERAL CONDITION OF TENDER

1. All Tender documents attached with this invitation to tender including the specifications are

SACROSANCT for considering any offer as complete offer. It is therefore important that

Tender acceptance letter which is a written undertaking that all the terms & condition

of the tender are understood and accepted should be signed and submitted in original

and online through eprocurement site https://eprocure.gov.in/eprocure/app.

2. The conditions of contract, which will govern any contract made, are contained in the

(i) Pamphlet No. DGS&D-39 titled “Conditions of Contract, governing contracts placed

by the Central Purchase Organization of the Government of India” as amended up to

date.

(ii) Pamphlet No.DGS&D-229 and DGS & D Manual.

(iii) Any special conditions attached to this invitation to tender will also form part of the

conditions.

(iv) DGS&D -68 (Revised).

3. Amendments:

The following amendments may be carried out in the Pamphlet entitled “Conditions of

Contract Governing the contracts placed by Central Purchase Organization of Government

of India” 1991 edition bearing Symbol DGS&D-39 and No.DGS&D-68 (Revised).

3.1 The definition of “Government” provided in clause 1 (f) page 2 of DGS&D

Conditions of Contract may be amended as under: -

“Government” means the Central Government.

3.2. The definition of Secretary clause 1 (k)-page 3 of DGS&D Conditions of Contract

may be modified as under: -

“Secretary” means Secretary of Min. of Home Affairs for the time

being in the administrative charge of the subject matter of contract

and included Additional Secretary. Special Secretary, Joint

Secretary, or Director or Dy. Secy. in such Ministry, Director

General, Inspector General (Prov), DIG (Prov), Commandant

(Proc), Procurement Cell of this Dte. and every other officer

authorized for the time being to execute contracts relating to

purchase and supply of stores on behalf of the President of India.

3.3. Under Clause 2 (c)-page 5 of DGS&D Conditions of contract, the word “Director

General of Supplies & Disposals or heads of his concerned regional offices” may be

replaced by Director General (CRPF), Ministry of Home Affairs.

3.4. Clause 24 i.e. Arbitration: -

In the existing entries/clause 24 of DGS&D - 68 (Revised) substitute

DG, CRPF for DG, DGS&D

3.5. Similarly, the reference to DGS&D wherever appearing may be suitably modified,

3.6. Following amendments may be carried out in the Pamphlet No. DGS&D-229

containing various instructions to tenders.

Page 11: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 4 of 52

Form No.DGS&D-230.

Reference to DGS&D wherever appearing in clause No.14,33,34,35, 39 and 40 and

Appendix ‘A’ for Form No. DGS&D-96 may be amended to read as Deputy

Inspector General (Prov), Directorate General CRPF, Ministry of Home

Affairs.

4. The above Pamphlet and the lists of corrections thereto can be obtained on payment from

the under mentioned officers: -

The Manager of Publications, Civil Lines, Delhi.

The Superintendent, Government Printing & Stationery Allahabad, U.P.

The Superintendent, Government Printing & Stationery, Mumbai.

The Superintendent, Government Press, Chennai.

The Superintendent, Government Printing & Stationery, Nagpur.

The Superintendent, Government Printing, Gulzargbag, Patna (Bihar).

DGS&D, New Delhi and its Regional offices at Mumbai, Chennai, Calcutta and Kanpur.

Government of India Book Depot, 8 Hastings Street, Calcutta.

Commandant (Proc. Cell), Dte. Genl. CRPF, 1st Block, CGO Complex.

5. If you are in a position to quote for supply in accordance with the requirements stated in the

attached schedule to tender, all documents should be duly filled in, signed by the bidder.

6. Tenderers must complete the details of their plant and machinery on standard proforma

enclosed with this Tender Enquiry irrespective of their registration status, and forward the

same with their offer. Purchaser reserves the right to get the manufacturing capacity of any

tenderer re-verified through the inspecting agencies, irrespective of their registration status.

7. Director General CRPF reserves the right to cancel/reject the tender without assigning any

reason.

8. Director General CRPF reserves the right to increase or decrease the quantity at any stage.

9. Director General CRPF reserves the right to change the consignee location(s) at any stage.

10. Tender Documents are available at CPPP eProcurement site

https://eprocure.gov.in/eprocure/app which can be downloaded by interested firms free of

cost. However bidders are required to submit Tender Fee and EMD as applicable, as per

tender document while submitting the bids. The Demand Draft/Banker cheque for Tender

Fee and Bank Guarantee/FDR for EMD should be drawn in favour of DIG (Prov), Dte.

Genl., CRPF payable at SBI, CGO Complex, Lodhi Road, New Delhi (Branch Code No.

7837) and original should be submitted before date & time of receipt of the tender.

11. EARNEST MONEY

(a) All Firms who are not registered with NSIC or DGS&D for the subject stores

for which the offers are being invited, are required to deposit EARNEST MONEY

of Rs 3,41,000/- equivalent to the amount as mentioned in the tender schedule.

(b) For claiming exemption from depositing earnest money, tenderer should be

registered with DGS&D/NSIC for the subject stores for which the offers have

been invited. Firms not registered for stores indicated in the tender schedule

will be treated as unregistered, and shall be required to deposit specified Earnest

Money.

Page 12: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 5 of 52

c) Public sector undertaking/state undertaking or central/state owned companies are not

exempted from the payment of earnest money unless registered with DGS&D/NSIC

for subject stores.

(d) Earnest Money is to be deposited in the following form : -

i) A Fixed Deposit receipt (FDR) in favour of DIG (Prov.), Dte. Genl., CRPF

payable at SBI, CGO Complex, New Delhi (Code No.7837)

ii) An irrevocable Bank Guarantee in the name of DIG (Prov.), Dte. Genl., CRPF.,

Block No.1, CGO Complex, New Delhi of any Nationalized/reputed Scheduled

Bank. The Bank guarantee should be payable at SBI, CGO Complex, New

Delhi (Code No.7837) . The format is as per appendix-6.

iii) Foreign bidders should submit Earnest Money in the form of irrecoverable

Bank Gauarantee only, issued or confirmed by any Nationalized Indian Bank.

iv) The EMD shall be valid upto 225 days from the date of opening and will remain

remain deposited with the purchaser for the prescribed period in schedule-II. If

the validity of the tender is extended, the validity of EM document submitted by

the tenderer shall also be suitably extended by the tenderer, failing which his

tender, after the expiry of the aforesaid period shall not be considered by the

purchaser.

(e) No interest shall be payable by the purchaser on the EM deposited by tenderer.

(f) The EM ( Earnest Money) deposited is liable to be forfeited if the tenderer

withdraws or amends impairs or derogates from the tender in any respect within the

period of validity of his tender

(g) The EM of the successful tenderer shall be returned after the performance security deposit as required in terms of the resulting contract is furnished by the firm

(h) If the successful tenderer fails to furnish the performance security deposit as required in the contract within the stipulated period, the Earnest Money shall be liable to be forfeitedby the purchaser.

(i) EM of the unsuccessful tenderers shall be returned within 30 days of finalization of tender

(j) Any tender received from firm which is not registered with DGS&D or NSIC for the tendered stores, and is not accompanied with required Earnest Money in prescribed form, is liable to be rejected. Registration with any other authority will not exempt the firm from depositing Earnest Money

(k) All firms which are not granted registration with DGS&D/NSIC for the subject stores shall be required to deposit earnest money valid up to AS SPECIFIED IN Schedule-II. For claiming exemption from depositing E.M., the tenderers should be registered with NSIC/ DGS&D for subject stores as mentioned in the tender schedule. Firms that are not registered for the subject stores as mentioned in the tender schedule will be treated as unregistered and shall be required to deposit earnest money as above

(l) Similarly, firms who are specifically registered for the subject stores as per

specified specifications with NSIC/DGS&D but with a certain MONETARY

LIMIT will be treated as UNREGISTERED for their tender value exceeding their

monetary limit of registration. Such firms shall be required to deposit earnest

Page 13: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 6 of 52

money in excess to the 2% of the firms monetary limit as per formula indicated

below:-

EMD required to be deposited by the firm = EMD indicated in the tender – 2% of the firm’s own monetary limit.

In case, any such firm fails to deposit deficient earnest money, its offer for the tender is liable to be rejected.

(m) Offers of those firms, who are not registered with DGS&D or NSIC for the subject stores, will not be considered unless the same are submitted along with required Earnest Money.

12. PRICE

The price quoted should be on firm and fixed basis subject to no variation whatsoever

during the currency of the contract. Prices should be shown as ex-factory works and all

other charges proposed to be levied like transportation etc. should be shown separately.

Firms must clearly and specifically indicate the different rates, taxes and duties which

they propose to charge extra mentioning clearly the present rates thereof. Vague

statements like “Duties as applicable” shall not be considered.

Prices be quoted by foreign firms in figures as well as in words in Indian Rupees (INR),

US $ or Euro only. Indian firms and Indian agent of foreign principals and Indian

SEZ firms to quote in INR only. Incase , price is quoted in Foreign currency, selling

exchange rates on the date of opening of Tender will be considered to calculate the

equivalent amount in rupees for the purpose of evaluation of commercial bids only

However, prices Ex-works and the break-up of the different elements of prices i.e. Basic

cost and other charges should be quoted as Price Bid in Appendix-8. Additional cost

components for the firms operating from SEZ have been inserted in the Appendix-8

which may be carefully studied and submitted.

13. TWO BID SYSTEM

The offer has to comprise of two bids viz technical & financial bids

(a) FIRST ENVELOPE (Technical Bid) should contain the following:

1. Document to be submitted in original manually before the stipulated

date and time of receipt of tender.

i) Earnest Money ( if applicable)

ii) Tender cost (if applicable).

iii) Technical detail/leaflets/brochure of subject stores as per specifications.

iv) Tender acceptance letter.

v) Registration certificate of DGS&D/NSIC (if applicable).

vi) Any other relevant documents which the firm wishes to submit.

Page 14: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 7 of 52

2. Documents to be submitted on line (scanned copies)

i) Tender acceptance letter. (Appendix-10) ii) Earnest money deposit and Tender fee (If applicable).

iii) Performance statement for last three years.(Appendix-4)

iv) Form 7-(Appendix-5), Offer of store- (Appendix-1). v) Questionnaire (Appendix-3), Compliance statement (Appendix-9)

vi) Registration certificate of DGS&D/NSIC ( if applicable). vii) Guarantee/warranty (Appendix-7)

viii) Checklist for tenderers (Appendix-11) ix) Details of manufacturer (Appendix-2)

x) Bank Guarantee Proforma for EMD (Appendix-6).

(b) SECOND ENVELOPE should contain the following:

The composite bid i.e. rate indicated in the technical bid openly shall be

ignored Price should be quoted as per price bid format(Appendix-8) along

with tender documents at eprocurement site.

https://eprocure.gov.in/eprocure/app.

(i) Only the first cover shall be opened on the date of tender opening.

Price bids of only those firms will be considered for opening online

whose offer has passed in all tender condition and technical/physical

(including field trial) evaluation

ii) After opening of price bids, ranking statement will be prepared and

the finalization of tender will be done on L-1 (the least price)

basis.

14. Any change in Address/ Telephone/ Fax/ e-mail should be immediately informed. The state

of non-communication by the firm will make the offer liable for rejection.

15. SUBMISSION OF OFFER

15.1. Offers should be submitted by tenderers on the basis of CIP at consignee

location by foreign firms and free delivery up to consignees location by

Indigenous firms. 15.2 The tenders should indicate separately:-

i) The net ex-factory prices, ii) The net prices at CIP at consignee location by foreign firms and free delivery up to

consignees location by Indigenous firms.

a) Rate will be compared by taking cost of store.

b) Entry tax/Octroi/Toll tax will be paid at actual. c) Tenderers are required to indicate basic rate, custom duty, excise duty, sales tax/VAT

and any other leviable taxes/charges separately within above performa. Such taxes/duties/charges reflected outside the Performa will not be accepted.

Page 15: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 8 of 52

16. CUSTOM DUTY

The purchaser /consignee will provide necessary documents. The seller will be responsible for getting the goods cleared.

17. INSURANCE

In case of CIP at consignee location contract:-

If a contract is placed as a result of this invitation to tender, and if indenter requires

insurance of stores tenderers are required to effect insurance of the stores only through

national insurance agency or any of its subsidiaries as intimated to them by the

Indenter/consignee and payment will be made in rupees only. The tenderer should

indicate in their tender, the ex-factory works price, freight and insurance separately. The

supplier in such an event will be required to intimate the designated insurance company of

Dispatch particulars immediately upon shipment.

The consignee will as soon as possible, but not later than 45 days of the date of arrival of

stores at destination, notify the contractor of any loss or damage to the stores that may have

occurred during transit. In the event of the contract being cancelled for any breach

committed and the purchaser effecting re-purchase of the stores at the risk and cost of the

contractor.

18. Tenderers will be fully responsible for proper testing and making the equipment functional

before final settlement of account.

19. The tenderer will also provide complete technical/ operating and service manual of the

product.

20. The time allowed for carrying out the supply will start from the day of issue of written

orders for supply of store in accordance with the schedule i.e within 03 months as indicated

in the tender documents.

21. QUALITY

The decision of the Director General, CRPF shall be final as to the quality of the stores and

shall be binding upon the tenderers and in case of any of the articles supplied not being

found as per specification shall be liable to be rejected or replaced and any expenses or

losses caused to the suppliers should be borne by the supplier and ensured by the supplier

that articles supplied should be best in quality and free from all defects. The acceptance of

articles will be made only when the articles are inspected and found meeting the standard

specifications and free from all defects. The rejected items must be removed by the

tenderers from the consignees’ premises within 15 days from the date of the information

about rejection. The incharge stores concerned will take reasonable view of such materials

but in no case shall be responsible for any loss, shortage, damage that may occur to it while

it is in the premises of the consignee.

22. In the event of a contract being cancelled for any breach committed and the purchaser

effecting re-purchase of the stores at the risk and the cost of the contractor, the purchaser is

not bound to accept the lower offer of Benami or allied or sister concern of the contractor.

Page 16: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 9 of 52

23. LIQUIDATED DAMAGES:

In case the firm does not complete the supply within the fixed delivery period, liquidated

damages including administrative expenses and not by way of penalty a sum equivalent to

2% of the price of stores which the contractor has failed to deliver within the period fixed

for delivery in the schedule for each month or part of a month during which the delivery of

such stores may be in arrears where delivery thereof is accepted after expiry of the aforesaid

period, provided that the total damages so claimed shall not exceed 10% of the total contract

price. After the maximum limit of 10% of the contract value, purchaser reserve the right to

either extend further or cancel the contract.

24. DEFECT LIABILITY CLAUSE

In case of any defects in supply or manufacturing or not conforming to technical

specifications, observed during survey at consignee location or later during the warranty

period, the tenderer will be liable to replace the defective store at their cost.

25. PERFORMANCE SECURITY

In terms of clause 7 of condition of contract DGS&D-68 (revised) all the successful

tenderers against the Tender Enquiry irrespective of their registration status with DGS&D

and NSIC shall be required to furnish as specified in Schedule-II security deposit within 30

days of issue of contract for the due performance of the contract valid beyond 60 days of

warrantee/Guarantee period.

26. ARBITRATION:-

In the event of any question, dispute or difference arising under these conditions or any

special conditions of contract, or in connection with this contract (Except as to any matters,

the decision of which is specifically provided for by these or the special conditions), the

same shall be referred to the sole arbitration of an officer in the Min. of law, appointed to be

arbitrator by Director General CRPF. It will be no objection that the arbitrator is a

Government servant, that he had to deal with the matters to which the contract relates or that

in the course of his duties as a government servant he has expressed views on all or any of

the matters in dispute or difference. The award of the Arbitrator shall be final and binding

on the parties to this contract, it is term of this contract that:-

a. If the Arbitrator be a person appointed by the DG CRPF:-

In the event of his dying, neglecting or refusing to act, or resigning or being unable to

act, for any reason or his award being set aside by the court for any reason, it shall be

lawful for Secretary, Min. of Home Affairs either to proceed with the reference himself

or to appoint another person as Arbitrator in place of the outgoing Arbitrator in every

such case, it shall be lawful for the DG CRPF in place of the outgoing Arbitrator, as the

case may be to act on record of the proceeding as then taken in Arbitration, or to

commence the proceedings denovo as he may at his discretion decide.

b. It is further a term of this contract that no person other than the person appointed by him

should act as Arbitrator and that if for any reason that is not possible, the matter is not to

be referred to Arbitration at all.

c. The Arbitrator may with the consent of all the parties to the contract enlarge the time

from time to time for making and publishing the award.

d. Upon every and any such reference, the assessment of the cost incidental to the reference

and award respectively shall be in the discretion of the Arbitrator.

Page 17: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 10 of 52

e. Subject as aforesaid, the Arbitration Act , 1940 and the rules there under and any

statutory modification thereof for the time being in force shall be deemed to apply the

Arbitration proceedings under this clause.

f. The venue of Arbitration shall be the place where the contract is concluded or such other

place as the DG CRPF at his discretion may determine.

g. In this clause the expression the DG CRPF means the DG CRPF (of the Ministry of

Home Affairs) for the time being and includes, if there be no DG, the Officer who is for

the time being the administrative head of the CRPF, whether in addition to other

functions or otherwise.

h. Incase tenderers do not agree to Arbitration clause as mentioned in the tender enquiry,

they may opt for settlement through court in New Delhi, India Only. Jurisdiction of the

court as a result of this tender invitation will be the place from which the contract is

issued i.e New Delhi. All disputes arising out of the contract shall be settled in the

jurisdiction of Territory of Delhi under provisions of Indian Court of Law.

27. PATENT AND OTHER INDUSTRIAL/INTELLECTUAL PROPERTY RIGHT

The prices quoted in the present tender shall be deemed to include all amounts payable for

the use of patents, copyright, registration charges, trademarks and payment for any other

industrial property rights.

The tenderer shall indemnify the Purchaser against all claims from a third party at any time

on account of the infringement of any or all the rights mentioned in the previous paragraphs,

whether such claims arise in respect of manufacture or the use. The tenderer shall be

responsible for the completion of the supplies, irrespective of the fact of infringement of any

or all the rights mentioned above.

28. TRANSFER AND SUB-LETTING

The tenderer has no right to give, bargain, sell, assign or sublet or otherwise dispose of the

resultant contract or any part thereof, as well as to give or to let a third party take benefit or

advantage of the resultant contract or any part thereof.

29. FORCE MAJEURE CLAUSE

If at any time, during the continuance of this contract, the performance in whole or in part

by either party of any obligation under this contract shall be prevented or delayed by reason

of any war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods,

explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God (hereinafter

referred to “events”) provided, notice of the happening of any such event is given by either

party to the other within 21 days from the date of occurrence thereof, neither party shall by

reason of such event, be entitled to terminate this contract nor shall either party have any

claim for damages against the other in respect of such non-performance or delay in

performance, and deliveries under the contract. The contract shall be resumed as soon as

practicable after such event has come to an end or ceased to exist, and the decision of the

Purchaser as to whether the deliveries have been so resumed or not, shall be final and

conclusive, PROVIDED FURTHER that purchaser reserve the right to rescind the contract

and confiscate the PSD.

30. TERMINATION OF CONTRACT

Time shall be the essence of the contract. The Purchaser shall have the right to terminate

this Contract without any notice in part or in full in any of the following cases:

Page 18: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 11 of 52

a). The delivery of the material is delayed for causes not attributable to Force Majeure

after the scheduled date of delivery.

b) The Seller is declared bankrupt or becomes insolvent.

c) The delivery material is delayed due to causes of Force Majeure by more than 60

days.

d) In case Performance Security is not furnished within 30 days from the date of

issuing of AT.

31. Bulk supplies in the case of successful tenderer should conform to tender samples accepted

in trial evaluation in all respect besides specifications mentioned in Schedule-V.

32. Any query / Representation be addressed to DIG (Prov), Directorate General CRPF, Block

No.1. CGO Complex, Lodhi Road, New Delhi – 110003.

33. Place of submission of tender documents & sample/equipment for demonstration: i) Tender documents have to be submitted in the tender box (Provisioning) kept at

Reception-2, Directorate General, CRPF, Block No-1, CGO Complex, Lodhi Road, New Delhi-03 and one set of complete system with its full accessories to be given in Consignee location i.e. Group Centre, CRPF, Greater Noida, U.P. for demonstration.

ii) Original documents as per clause 13 (a) (1) duly completed in all respect are to be submitted in the tender box (Provisioning) kept at Reception-2, Directorate General, CRPF, Block No-1, CGO Complex, Lodhi Road, New Delhi-03 before specified time and date mentioned in the Schedule to Tender.

iii) Late/ Delayed/ Non submission of originals may result in rejection of bid.

]

iv) Tender samples sent on “FREIGHT TO PAY” basis will not be accepted. v) Tender samples of tenderers whose offers are not accepted may be collected by their

authorized representatives on requisition on letter head of the firm duly stamped,

signature and attested by the tenderers on hearing from this Directorate. In case samples

are not collected within the given time, the samples will be disposed off.

34. For any change in terms and condition of tender / tender specification, they are requested to

visit our websites https://eprocure.gov.in/eprocure/app and www.crpf.nic.in

35. JOINT RECEIPT INSPECTION

Joint Receipt Inspection (JRI) of delivered goods shall be conducted on receipt of store at

consignee locations. JRI will consist of: -

(i) Quantitative checking to verify that the quantities of the delivered goods correspond

to the quantities defined in the TE / Acceptance of Contract and the invoices.

(ii) Complete functional checking of the item/store as per specifications in this contract and

as per procedures and tests laid down by CRPF.

(iii) For JRI at consignee location(GC, Greater, Noida).

36. Tenderer should undertake to replace the defective store during Guarantee/Warranty clause.

37. (a) Those firms should respond who are the manufacturer of the stores or the Indian agent

of foreign principals which manufacture store specified in Tender specifications as brought out in Schedule-V of T.E.

(b) The Indian Agent of foreign manufacturers/principal are allowed to bid in the tender subject to the following conditions:-

Page 19: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 12 of 52

(i) The Indian Agents should be enlisted with DGS&D for tendered store. However

those Indian Agent(s) who have applied to DGS&D for registration/enlistment

before the time and date of opening of technical bids can also be considered

provided the enlistment with DGS&D is operational before opening of the price bid

and the Indian agent have informed the purchaser well in advance, of the price bid

opening date.

(ii) The Indian Agent will submit, along with the tender documents, a copy of the agreement with the foreign manufacturer/principal, giving particulars of precise arrangement with foreign principal and their interest in the business in India. Such agreement with foreign manufacturers/principal should be a long term agreement and not merely for the present tender. If the agreement is only for the present tender the offer received will be liable to be rejected.

(iii) The Indian Agent will provide details of the after sale service and post

contractual support i.e. repair, maintenance and supply of spare parts etc. For after sale service the Indian agent will be solely liable and responsible for its execution.

(iv) The Indian Agent will also be required to submit the details of his commission

or any other arrangements with foreign manufacturer/principal for providing

tendered items.

(v) Offer from firms whose business activities are limited to procuring items from manufactures, both Indian and foreign and supplying the same to purchaser without having after sales backup will not be entertained.

(vi) Indian agent of foreign manufacturer/principal have to quote the rates in INR only.

38. OPTION CLAUSE:-

The purchaser reserves the right to place order on the successful tenderers for additional

quantity upto 25% of the quantity offered by them at the rates quoted in the contract

39. GOVT REGULATIONS

It shall also be confirmed that, there are no Govt restrictions or limitation in the country of

the supplier or countries from which sub-components are being procured and/or for the

export of any part of the system being supplied. Suppliers/Contractors shall provide a

certificate to this effect. Non submission of this certificate tender liable to be rejected.

40. Tenderers should submit their performance statement in the enclosed proforma at Appendix-

4 of Tender Enquiry. The decision on the assessment of the past performance of the tenderer

by DG CRPF is final. Foreign suppliers should also submit certificate / report from the

chamber of commerce of country of origin of the manufacturers indicating the technical,

production and financial capability etc. of the manufacturer. In case, it is found that

information furnished is incomplete or incorrect, their tender will be liable to be ignored

Sd/- 10/02/2016

(Manas Ranjan)

Commandant(Proc) For and on Behalf of President of India

Page 20: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 13 of 52

SCHEDULE-II

SPECIAL INSTRUCTIONS

(If any instruction contained in this tender is contrary to instruction mentioned in special

instructions, the special instruction will prevail.)

1. Stores with Qty : Eye Ball / Video Surveillance Ball-06 Nos.

2. Time and date of receipt of online : 14 /04 /2016 by 1030 hrs.

& offline tender

3. Time and date for opening : 14/04/2016 at 1130 hrs.

Of offline/online Tender

4. Tender Cost : Rs. 500.00

5. Validity of offer : 6 months (180 days) from date of opening of

Tender

6. Inspecting Authority : To be detailed by Director General, CRPF.

7. EMD & Validity : Rs. 3,41,000/-(Rupees Three lakh forty one

thousand )only (EMD should valid for 225

days from the date of opening of tender)

8. Terms of Delivery

(a) (For foreign manufacturers) : CIP at consignee location.

(b) For Indigenous manufacturers : Free delivery upto consignees location as per

Schedule – IV

c) Consignee Location :- DIG DIG, Group Centre, CRPF, Greater Noida, U.P.

9. Delivery period : a) 03 Months from the date of finalization of

AT/Supply order, in case procurement is

made from indigenous firm.

b) 03 months after date of opening of LC in

case procurement is made from foreign firm.

10. Performance Security : 10% of contract value.

11. Guarantee / Warranty : 01 (one) Year

i) 01 (one) Year from the date of delivery of the said goods /stores /articles to the purchaser

and notwithstanding the fact that the purchaser (Inspector) may have inspected and /or

approved the said goods/stores/articles.

a) Response time after information will be 10 days.

b) Maximum time for repair/ replacement will be two weeks.

c) Penalty for repair/replacement beyond 2 week will be @ 0.5% of the cost of

equipment per week or part thereof.

Page 21: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 14 of 52

ii) REPAIR CLAUSE

The OEM, must give an undertaking to repair of equipment on case to case basis until 5

years after supply/induction of stores.

12. JOINT RECEIPT INSPECTION :

i) Joint Receipt Inspection shall be completed within 10 days of receipt of stores.

ii) If any defect is noticed in final inspection as not conforming to specification

before acceptance, the whole integrated unit must be replaced. If the defective part is

replaceable, the complete part must be replaced. Alternatively at purchaser’s option cost

of rejected stores to be refunded within 30 days of issue of notice of such rejection. The

consignee’s right of rejection in this regard will be final and absolute.

iii) The seller has to arrange one week of training for 24 personnel at consignee location on

operation, maintenance, fault finding and user level repair at free of cost.

13. Option Clause : The purchaser reserves the right to place order

on the successful tenderers for

additional quantity up to 25% of the quantity

offered by them at the rates quoted in the

contract.

14. Demonstration of Product for technical

evaluation Demonstration of one set of complete system

with its full accessories to be given in Group

Centre, CRPF, Greater Noida, U.P. on no cost

no commitment basis. All the tenderers are

required to demonstrate the equipment/product

offered by them before a board of officers (to

be detailed by DG,CRPF) for assessing the

technical suitability and performance of the

equipment as per tender enquiry specifications.

Offers of those firms are liable to be ignored,

whose equipment/product are not found as per

tender enquiry specifications. Price bids of

only those firms will be opened whose

technical bids as well as performance of their

equipment/products so demonstrated are found

acceptable as per requirement of the T.E

specification. If the supply is found inferior the

entire consignment will be rejected at the cost

,risk and freight of the supplier.

15. Online Price bids of only those will be opened whose technical bids as well as performance

of their equipment/products so demonstrated are found acceptable as per requirement of the T.E.

specification.

Page 22: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 15 of 52

16. PAYMENT TERMS:-

16.1 FOR INDIGENOUS FIRM/CONTRACTOR:-

i) 90% payment will be released on production of Line Committee

Report (LCR) of store by the consignee and Inspection certificate (JRI).

ii) Balance 10% will be released against:- a) Certificate issued by the purchaser that firm has submitted Performance Bank

Guarantee to the tune of amount equivalent to 10% of net contracted value

which is valid till 60 days beyond guarantee/warranty period.

b) Regularization of the case, if supply is made beyond fixed Delivery Period.

16.2 FOR CIP CONTRACT

A) Unless otherwise prescribed, the payment for CIP at consignee location contracts

shall be as under:-

The Manufacturers will be paid 90 % of the net CIP at consignee location price on

presentation of following documents:-

a) 4 copies Commercial invoice

b) 1 copy Packing List

c) 1 copy Air way bill

d) 4 copies Manufacturers test certificate

e) 1copy Certificate from the supplier that the original shipping/air

freight documents have been dispatched to the consignee in

accordance with the terms of the contract (Acceptance of

Tender)

f) 1 copy Certificate regarding country of origin.

g) 1 copy Transit Insurance.

B) Balance 10 % after inspection and acceptance by the consignee in India on

submission of performance guarantee of 10% of net CIP at consignee location, price

valid till the warranty period to CRPF and on receipt of successful consignment,

training provided to personnel at consignee location before claiming payment.

C) MODE OF PAYMENT ( For Foreign Manufacturers only )

The payment to the foreign bidders will be made through irrevocable letter of credit

opened through State Bank of India. In case supplier desires letter of credit to be

confirmed by designated foreign bank, such confirmation charges will be payable by

him.

Page 23: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 16 of 52

17. MANUFACTURERS

Indian manufacturers operating from SEZ areas must provide following additional details:-

i) Firms to intimate Custom duty exemption they got for import of plant and machinery

etc. during set up.

ii) Firms to intimate import content in their product being offered.

iii) Custom duty exemption applicable on their product being offered.

iv) Exemptions received on taxes and duties on import of plant and machinery and its

proportionate impact on the cost of production per unit. (This cost per unit should be

calculated based on maximum production capacity or the actual production which

ever is lower.

v) SEZ firms must also provide details of customs duties and other taxes forgone by the

GOI due to treating sales to Domestic Tariff Area as exports.

vi) These details would/may be added back to the actual quoted price to find out the

national cost to GOI.

18. Quantity to be offered : Full quantity(06 Nos)

19. PRICE

a) Prices be quoted in figures as well as in words in Indian Rupees (INR) ( for Indian

firm) or US $ or Euro (for foreign firm) only. Incase , price is quoted in Foreign

currency i.e. US$ or Euro, selling exchange rates on the date of opening of Tender will

be considered to calculate the equivalent amount in rupees for the purpose of

evaluation of commercial bids only However, prices Ex-works and the break-up of

the different elements of prices i.e. Basic cost and other charges should be quoted as

Price Bid in Appendix-8.

b) Details submitted by the SEZ firms as asked at para 17 may be taken into account

while calculating L-1 status.

20. Important Note: The equipment should be BRAND NEW, Lot/Model No. Batch No./Year

of manufacturer name of manufacturer should be given.

21. Packing & Marking

(i) The packing and preservation of the supplied goods shall be airworthy

and roadworthy so that it may provide their safety during transit period. The

Seller shall guarantee that the packing is strong enough to withstand the safety of

the goods during transportation.

Each packing case shall have labels as follows: -

Contract No.____________________________________________________

DG CRPF, Block No. 1, CGO Complex, Lodhi Road New Delhi- 110003.

All damages which may occur as a result of defective packing shall be borne by the seller.

(ii) Drawing or Sketches (Plan) showing outside dimensions for all oversize packages

which fall outside the standard moving dimensions should be prepared so that

movement can be planned in advance.

22. DESPATCH INSTRUCTIONS AND DOCUMENTATION

Page 24: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 17 of 52

The delivery of the goods shall be effected by Air. The Seller shall intimate to the Purchaser, by e-mail, telex or fax and Air mail/Speed Post 6 weeks in advance, the anticipated date of delivery of each consignment.

23. LIQUIDATED DAMAGE FOR DELAY IN SUPPLIES

The ppurchaser can recover from the contractor as agreed liquidated damages including

administrative expenses and not by way of penalty a sum equivalent to 2% of the price of

any stores which the contractor has failed to deliver within the period fixed for delivery in

the schedule for each month or part of a month during which the delivery of such stores may

be in arrears where delivery thereof is accepted after expiry of the aforesaid period, provided

that the total damages so claimed shall not exceed 10% of the total contract price.

24 AGENT AND AGENCY COMMISSION

The seller confirms and declares to the Purchaser that the seller is the original manufacturer

of the stores referred to in this contract and has not engaged any individual or firm, whether

Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the

Government of India or any of its functionaries, whether officially or unofficially, to the

award of the contract to the Seller, nor has any amount been paid, promised or intended to

be paid to any such individual or firm in respect of any such intercession, facilitation or

recommendation. The Seller agrees that if it is established at any time to the satisfaction of

the Purchaser that the present declaration is in any way incorrect or if at a later stage it is

discovered by the Purchaser that the Seller has engaged any such individual/firm, and paid

or intended to pay any amount gift, reward, fees, commission or consideration to such

personal party, firm or institution, whether before or after the signing of this contract the

Seller will be liable to refund that amount to the Purchaser. The Seller will also be debarred

from entering into any supply Contract with the Government of India for a minimum period

of five years. The Purchaser will also have a right to consider cancellation of the Contract

either wholly or in part, without any entitlement or compensation to the Seller who shall in

such eventuality be liable to refund all payment made by the Buyer in terms of the Contract

along with interest at the rate of 2 % per annum above LIBOR rate. The Purchaser will also

have the right to recover any such amount from any contracts concluded earlier with the

Government of India.

25. ACCESS TO THE BOOKS OF ACCOUNT

In case it is found to the satisfaction of the Purchaser that the Seller has engaged an Agent or

paid commission or influenced any person to obtain the contract as described in clauses

relating to Agents/Agency Commission and penalty for use of undue influence, the Seller,

on a specific request of the Purchaser shall provide necessary information/inspection of the

relevant financial documents/information.

26. (a) Technical Literature

Tenderers should mandatorily submit a technical literature/brochure with their tenders

clearly mentioning the compliance of each and every technical parameters as per

specifications mentioned at Schedule-V of T.E. Compliance statement should clearly

indicate the relevant page No. of the brochure/literature.

Page 25: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 18 of 52

27. Training

One week duration of training for 24 personnel at consignee location ( i.e. GC CRPF

Greater Noida, UP) on no cost no commitment basis on operation, maintenance, fault

finding and user level repair of Eye Ball / Video Surveillance ball is required .

28. END USER CERTIFICATE

It is certified that samples of Eye Ball/Video Surveillance Ball along with its spare parts,

Gauges and accessories required against this tender will be issued by CRPF for trial

evaluation and will not be sold or transferred to other countries. It is further certified that the

Eye Ball/Video Surveillance Ball along with its spare parts, Gauges and accessories are

required to be used by Central Para Military Forces and Police Forces and will not be sold

or transferred to other countries.

Sd/- 10/02/2016

(Manas Ranjan)

Commandant(Proc)

For and on behalf of President of India

Page 26: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 19 of 52

SCHEDULE-III

LIST OF STORE

Sl.

no.

Name of store Quantity

1 Eye Ball / Video Surveillance Ball 06 Nos

Sd/- 10/02/2016

(Manas Ranjan)

Commandant(Proc)

For and on behalf of President of India

Page 27: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 20 of 52

SCHEDULE-IV

List/address of Consignee

Sl.No. Name & Address of consignee Quantity

1. DIGP, Group Centre, CRPF, Greater Noida, Opposite Dewoo

Motors, Dadri Road, G.B.Nagar ( U.P) -201306

Tel. No. 0120- 2350025, Fax- 2350730 .

Email : [email protected]

06 Nos

Sd/- 10/02/2016

(Manas Ranjan)

Commandant(Proc)

For and on behalf of President of India

Page 28: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 21 of 52

SCHEDULE-V

QRs/ TECHNICAL SPECIFICATIONS OF EYE BALL/VIDEO SURVEILLANCE BALL

General

1. Sensor: The video surveillance ball should have following features

a) It should have audio and video svl capacity

b) Should be rugged enough to survive a “throw” or “roll” of more than 20 mts with

landings in rough terrain, concrete, piles of debris, or through windows.

c) 360º audio and video coverage

d) Continuous operation up to 2 Hrs

e) Night vision capability

2. Receiver: The portable Remote Display Unit should have a TFT display of minimum five

inches or more with inbuilt DVR capability to record and play back. This should have output

facility for recording on external device.

3. Technical Specification

Ser.

No.

Features Specifications Remarks by vendors

/Firms

(a) Image sensor

(i) Resolution More than 450 TV lines

(ii) Frame rate Line Video minimum 25 fps

(iii) Shutter operation Automatic

b) Audio Microphone

i) Audio mike detection Omni directional

ii) Sensitivity of audio mike Should detect human voice

from 5 m or more

iii) Squelch Automatic squelch to

decrease noise

c) Video and Audio Transmission

i) Indoor transmission dist 25 mtr minimum

ii) Outdoor transmission dist 100 mtr minimum

iii) Frequency of control and

feed back link/net

License free

d) Illumination

i) Illumination wavelength Illumination by using near

infrared LEDs

ii) Illumination distance 5 mtr or more

iii) Light sensor Automatic and manual

control of illuminating light

depending on light condition

of target area

Page 29: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 22 of 52

e) Camera

i) Camera Range of sensor ball Less than 1 meter to 20 m or

more

ii) Pan and Zoom Pan 360, 2x Digital Zoom,

day/night camera.

f) Mechanical specifications

i) Dimensions of Ball unit 100 mm Diameter or less

ii) Weight 1 Kg (max)

iii) Stabilization and Motion Quick self stabilization

g) Power source

i) Rechargeable battery LiON/LIPO

ii) Battery operation capacity Ball Unit: Minimum 2 Hrs

PDU: Minimum 3 Hrs

iii) Battery Charger For PDU and Sensor

iv) Battery charging time Less than 4 hours

v) Battery Charger input 220V, 50 Hz AC Mains and

provision for Charging from

the vehicle.

h) Remote display Unit with system

software

The portable Remote Display

Unit should have a TFT

display of minimum five

inches along with the system

software

i) Output connection S – Video/AV and earphone

connectors for audio

j) IP Standard for Ball units IP 65 or better

k) Accessories:- The following

accessories to be supplied with each

system in hard carrying case.

i) Throw able camera ball 02

ii) Training ball 01

iii) Portable Operator Control

Unit with Jacket and bty

charger

01

iv) Camera Ball Charger 02

v) Head phones 01

vi) Telescopic pole with adaptor 01

vii) Spare Powering pin 02

viii) User Manual 01

ix) Quick Reference Guide 01

x) Ground Spike 01

xi) Door Hanger for Throw able

camera ball

01

xii) Tripod 02

xiii) Retrieval rope 02

l) Additional battery charger for PDU

and Ball units per deployment kit

01 x each charger for PDU

and Ball unit

m) Carrying case

A single soft backpack type

carrying case housing the complete

Page 30: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 23 of 52

equipment and its accessories less

the pole. A soldier should be able to

carry the equipment on his back

conveniently. It should be preferably

of camouflage pattern

Misc Aspects

4. Literature : Operating and Technical literature for each discrete components of system

should be in English language

5. Demonstration and Training: Demonstration of one set of complete system with its full

accessories to be given in Delhi on no cost no commitment basis. In site training of users for

three day on operation, maintenance, fault finding and user level repairs.

*********************************************

Page 31: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 24 of 52

SCHEDULE-VI

Instructions for Online Bid Submission

Instructions for Online Bid Submission:

As per the directives of Department of Expenditure, this tender document has been published on the

Central Public Procurement Portal (URL: http://eprocure.gov.in). The bidders are required to

submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature

Certificates. The instructions given below are meant to assist the bidders in registering on the CPP

Portal, prepare their bids in accordance with the requirements and submitting their bids online on

the CPP Portal.

More information useful for submitting online bids on the CPP Portal may be obtained at:

https://eprocure.gov.in/eprocure/app.

REGISTRATION

1) Bidders are required to enroll on the e-Procurement module of the Central Public

Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link

“Click here to Enroll” on the CPP Portal is free of charge.

2) As part of the enrolment process, the bidders will be required to choose a unique username

and assign a password for their accounts.

3) Bidders are advised to register their valid email address and mobile numbers as part of the

registration process. These would be used for any communication from the CPP Portal.

4) Upon enrolment, the bidders will be required to register their valid Digital Signature

Certificate (Class II or Class III Certificates with signing key usage) issued by any

Certifying Authority recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with

their profile.

5) Only one valid DSC should be registered by a bidder. Please note that the bidders are

responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.

6) Bidder then logs in to the site through the secured log-in by entering their user ID /

password and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate bidders to search

active tenders by several parameters. These parameters could include Tender ID,

organization name, location, date, value, etc. There is also an option of advanced search for

tenders, wherein the bidders may combine a number of search parameters such as

organization name, form of contract, location, date, other keywords etc. to search for a

tender published on the CPP Portal.

2) Once the bidders have selected the tenders they are interested in, they may download the

required documents / tender schedules. These tenders can be moved to the respective ‘My

Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-

mail in case there is any corrigendum issued to the tender document.

3) The bidder should make a note of the unique Tender ID assigned to each tender, in case

they want to obtain any clarification / help from the Helpdesk.

Page 32: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 25 of 52

PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before

submitting their bids.

2) Please go through the tender advertisement and the tender document carefully to

understand the documents required to be submitted as part of the bid. Please note the

number of covers in which the bid documents have to be submitted, the number of

documents - including the names and content of each of the document that need to be

submitted. Any deviations from these may lead to rejection of the bid.

3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the

tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF

formats. Bid documents may be scanned with 100 dpi with black and white option.

4) To avoid the time and effort required in uploading the same set of standard documents

which are required to be submitted as a part of every bid, a provision of uploading such

standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been

provided to the bidders. Bidders can use “My Space” area available to them to upload such

documents. These documents may be directly submitted from the “My Space” area while

submitting a bid, and need not be uploaded again and again. This will lead to a reduction in

the time required for bid submission process.

SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid submission so that he/she upload the

bid in time i.e. on or before the bid submission time. Bidder will be responsible for any

delay due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as

indicated in the tender document.

3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as

applicable and enter details of the instrument.

4) Bidder should prepare the EMD as per the instructions specified in the tender document.

The original should be posted/couriered/given in person to the Tender Processing Section,

latest by the last date of bid submission. The details of the DD/any other accepted

instrument, physically sent, should tally with the details available in the scanned copy and

the data entered during bid submission time. Otherwise the uploaded bid will be rejected.

5) A standard BOQ(Price Bid) format has been provided with the tender document to be filled

by all the bidders. Bidders are requested to note that they should necessarily submit their

financial bids in the format provided and no other format is acceptable. Bidders are

required to download the BOQ(Price Bid) file, open it and complete with their respective

financial quotes and other details (such as name of the bidder). Once the details have been

completed, the bidder should scan it and submit it online as Price Bid format. If the

BOQ(Price Bid) file is found to be modified by the bidder, the bid will be rejected.

6) The serve time (which is displayed on the bidders’ dashboard) will be considered as the

standard time for referencing the deadlines for submission of the bids by the bidders,

opening of bids etc. The bidders should follow this time during bid submission.

7) All the documents being submitted by the bidders would be encrypted using PKI

encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed

Page 33: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 26 of 52

by unauthorized persons until the time of bid opening. The confidentiality of the bids is

maintained using the secured Socket Layer 128 bit encryption technology. Data storage

encryption of sensitive fields is done.

8) The uploaded tender documents become readable only after the tender opening by the

authorized bid openers.

9) Upon the successful and timely submission of bids, the portal will give a successful bid

submission message & a bid summary will be displayed with the bid no. and the date &

time of submission of the bid with all other relevant details.

10) The bid summary has to be printed and kept as an acknowledgement of the submission of

the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

ASSISTANCE TO BIDDERS

1) Any queries relating to the tender document and the terms and conditions contained therein

should be addressed to the Tender Inviting Authority for a tender or the relevant contact

person indicated in the tender.

2) Any queries relating to the process of online bid submission or queries relating to CPP

Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for

the helpdesk is 1800-3070-2232, Mobile No.7878507972 / 73 and [email protected]

Page 34: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 27 of 52

SCHEDULE-VII

TRIAL DIRECTIVE FOR VIDEO SURVEILLANCE BALL

General:

1. Sensor: The video surveillance ball should have following features. (The following features

are required to be checked physically by the Board of Officers/STEC)

a) It should have audio and video svl capacity

b) Should be rugged enough to survive a “throw” or “roll” of more than 20 Mts with landing

in rough terrain, concrete, piles of debris, or through windows.

c) 360o

audio and video coverage.

d) Continuous operation up to 2 Hrs.

e) Night Vision capability.

2. Receiver: The portable Remote Display Unit should have a TFT display of minimum five

inches or more. (To be checked by the Board of Officers/STEC)

3. Technical Specification

Sl.

No.

PARAMETERS Procedure suggested

for trial

Result

expected/desired

Complied/Not

Complied

a) Image sensor

i) Resolution:- more than

450 TV lines.

Check the supporting

documents provided

by the OEM/NABL

accredited lab

certificate

Check the certificates

submitted . In case of

any doubt the

veracity of same be

checked from

concerned lab.

ii) Frame rate: line video

minimum 25 fps.

Check the supporting

documents provided

by the OEM/NABL

accredited lab

certificate

Check the certificates

submitted. In case of

any doubt the

veracity of same be

checked from

concerned lab.

iii) Sutter operation:-

automatic.

Should be checked

physically by the

Board of Officers.

Shutter operation

must be automatic

b) Audio microphone

i) Audio mike detection:-

Omni directional.

Should be checked

physically by the

Board of Officers by

checking input from

all around.

Mike detection must

be from any corner.

ii) Sensitivity of audio

mike:- should detect human

voice from 5m or more

Should be checked

physically by the

Board of Officers

with the help of

measuring tape.

Should detect the

human voice from 5

m or more.

Page 35: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 28 of 52

iii) Squelch:- Automatic

squelch to decrease noise.

Should be checked

physically by the

Board of Officers

Must decrease

automatically.

c) Video and Audio

Transmission

i) Indoor transmission dist:-

25 mtr minimum.

Should be checked

physically with the

help of measuring

tape.

Indoor transmission

must be 25 mtr

minimum.

ii) Outdoor transmission

dist:- 100 mtr minimum.

Should be checked

physically with the

help of measuring

tape.

Outdoor transmission

must be 100 mtr

minimum.

iii) Freq of control and feed

back link/net:- license free.

Check the supporting

documents provided

by the OEM.

Check the certificates

submitted. In case of

any doubt the

veracity of same be

checked from

concerned OEM.

d) Illumination

i) Illumination wavelength:-

illumination by using near

infrared LEDs.

Should be checked

physically with the

help of IR sensor and

also Check the

supporting documents

provided by the

OEM.

Check the certificates

submitted. In case of

any doubt the

veracity of same be

checked from

concerned OEM.

ii) Illumination distance:- 5

mtr or more.

Should be checked

physically in the dark

room with the help of

IR sensor and

measuring tape.

Illumination distance

must be 5 mtr or

more.

iii) Light sensor:-

Automatic and manual

control of illuminating light

depending on light

condition of target area.

Should be checked

physically in the dark

room with the

different light

conditions of target

area by the Board of

Officers.

The light sensor

illumination must

adjust automatically

as well as manually

with light condition

of the target area.

e) Camera

i) Camera range of sensor

ball: Less than 1 meter to

20 m or more

Should be checked

physically with the

help of measuring

tape by the Board of

Officers.

Camera range of

sensor ball (video

surveillance ball)

must be less than 1

meter to 20 m or

more.

ii) Pan and zoom: pan 360,

2x digital zoom, day/night

camera.

Should be checked

physically with the

help of Integrated

Test Station by the

Board of Officers.

Pan must be 360

degree and zoom

must be 2x digital

zoom.

Page 36: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 29 of 52

f) Mechanical specifications

i) Dimensions of ball unit:

100 mm or less

Should be checked

physically with the

help of measuring

scale by the Board of

Officers.

Dimension of ball

must be 100 mm or

less

ii) Weight:- 1kg Maximum. Should be checked

physically with the

help of weighing

machine by the Board

of Officers.

Weight not to exceed

1 Kg.

iii) Stabilization and

motion:- Quick self

stabilisation

Should be checked

physically by the

Board of Officers.

Stabilization must be

self and quick.

g) POWER SOURCE

i) Rechargeable Bty:- Li-

ON/LIPO

Should be checked

physically by the

Board of Officers

Bty must be Li-

ON/LIPO.

ii) Bty operation capacity:-

Ball Unit: Min. 2 Hrs

PDU: Min. 3 Hrs

i) Should be checked

physically by the

Board of Officers.

ii) Switch on the ball

unit.

iii) It must run min 2

Hrs, check with the

help of stop watch.

Ball unit and PDU

must run

continuously for two

hrs and three hrs

respectively.

iii) Bty Charger: For PDU

& Sensor

Should be checked

physically by the

Board of Officers.

Bty charger for PDU

& sensor must be

provided.

iv) Bty charging time: Less

than 4 Hrs

Should be checked

physically after

connecting to AC

mains supply.

It Should charge the

bty in less than 4 Hrs.

Charging must be

completed in less

than 4 Hrs.

v) Bty charger Input: 220V,

50 Hz AC mains and

provision for charging from

the vehicle.

Should be checked

physically by the

Board of Officers.

Charging input from

AC 220 v 50 Hz and

also from vehicle

battery.

h) Remote Display Unit with

System Software:- The

portable Remote display

unit should have a TFT

display of minimum five

inches along with the

system software.

Five inch TFT

display should be

physically checked by

the Board of Officers.

The Portable Remote

display unit must

have a TFT display of

minimum five inches

along with the system

software.

i) Output Connection: S-

Video/AV & Earphone

connection for Audio

Should be checked

physically by the

Board of Officers.

Must have Output

Connection S-

Video/AV &

Earphone Connection

Page 37: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 30 of 52

for Audio.

j) IP Standard for Ball Units:

IP 65 or better.

Check the supporting

documents provided

by the NABL

accredited Lab.

Check the certificates

submitted. In case of

any doubt the

veracity of same be

checked from

concerned lab.

k) Accessories:-

The following accessories

to be supplied with each

system in hard carrying

case:

i) Throw able camera ball:

02 nos.

ii) Training ball: 01 nos.

iii) Portable Operator

Control unit with Jacket

and bty charger:- 01 nos.

iv) Camera Ball Charger:-

02 nos.

v) Head phones:- 01nos.

vi) Telescopic pole with

adaptor:-01 nos.

vii) Spare powering pin:-

02 nos.

viii) User Manual:- 01 nos.

ix) Quick Reference

Guide:- 01 nos.

x) Ground Spike:- 01 nos.

xi) Door Hanger for Throw

able camera ball: 01 nos

xii) Tripod: 02 nos

xiii) Retrieval rope:- 02

nos.

Should be checked

physically by the

Board of Officers.

Must have all the

accessories.

l) Additional battery charger

for PDU and Ball units per

deployment kit:- 01 x each

charger for PDU and ball

unit.

Should be checked

physically by the

Board of Officers.

Must have 01 no

additional bty charger

for PDU and ball

unit.

m) Carrying case

A single soft backpack type

carrying case housing the

complete equipment and its

accessories less the pole. A

soldier should be able to

carry the equipment on his

back conveniently. It

should be preferably of

camouflage pattern.

Should be checked

physically by the

Board of Officers.

Must have soft

backpack type

carrying case.

Page 38: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 31 of 52

APPENDIX -1

OFFER OF STORES

From :

________________________________________

________________________________________

________________________________________

TENDER NO. ____________________

Dear Sir,

I/We hereby offer to supply the stores detailed in the schedule hereto or such portion

thereof as you may specify in the acceptance of Tender at the price given in the said schedule and

agree to hold this offer open till__________________, I/We shall be bound by a communication of

acceptance within the prescribed time.

2. I/We have understood all the instructions to tenderer in the Tender Enquiry and have

thoroughly examined the specification drawing and/or pattern quoted in the schedule hereto and

am/are fully aware of the nature of the stores required and my/our offer is to supply stores strictly in

accordance with the requirements.

3. All the appendices from 1 to 11 in Technical bid envelope & appendices no 8 in price bid

envelope have been submitted duly filled in & signed.

4. The following pages from page No.1 to Page No.________have been added to and will form the

part of this tender ______________________________________________________.

Yours faithfully

(SIGNATURE OF TENDERER)

ADDRESS _________________

DATED ___________________

SIGNATURE OF WITNESS

ADDRESS _________________

DATED ___________________

Full name and address of the

Tenderer in addition to post Box

No., if any, should be quoted in all

communications to this office

Contractor’s

Telegraphic Address

/ Telephone No. /

FAX No. & E-mail

Address

Page 39: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 32 of 52

APPENDIX-2

DETAILS OF FIRM/MANUFACTURER

1. Details of manufacturer.

(a) Name :

(b) Office :

(i) Address :

(ii) Telephone :

Land line

Mobile

:

(iii) Fax :

(ii) e-mail :

(b) Works :

(i) Address :

(ii) Telephone :

(iii) Fax

(c) Contact person

(i) Office :

(ii) Address :

(iii) Telephone :

Land line :

Mobile :

(iv) Fax :

(v) e-mail :

2. In case of foreign firm, contact person in

Delhi/ India.

(a) Name :

(b) Address :

(c) Name of company :

(d) Telephone :

Land Line :

Mobile :

(e) e-mail :

(f) Fax :

3. Please confirm that you have offered

packing as per tender enquiry

requirements. If not indicate

deviations.

Page 40: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 33 of 52

4. Gross weight of consignment. (Net weight

of each item)

5. PAN

6. Confirm whether you have attached

photocopy of PAN Card duly attested.

7. Status

(a) Indicate whether you are LSU or SSI.

(b) Are you registered with DGS&D for

the item quoted? If so, indicate

whether there is any monetary limit on

registration.

(c) If you are a Small Scale Unit

registered with NSIC under Single

Point Registration Scheme, whether

there is any monetary limit.

(d) In case you are registered with NSIC

under Single Point Registration

Scheme for the item quoted, confirm

whether you have attached an attested

photocopy of the registration

certificate indicating the items for

which you are registered.

8. Banker:-

(a) Name :

(b) Address :

(c) Telephone :

(d) e-mail :

(e) Fax :

9. Business name and Constitution of

the firm. Is the firm registered

under :-

(i) The Indian Companies Act, 1956

(ii) The Indian Partnership Act,1932.

(Please also give name of partners)

Page 41: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 34 of 52

(iii) Any Act; if not, who are the

owners. (Please give full names

and address.)

10. Whether the tendering firm is Manufacturer of

the store specified in the tender.

11. If stores offered are manufactured in India,

please state whether all the raw materials,

components etc used in their manufacture

are also produced in India. If not give

details of materials components etc, that

are imported and their break up of the

Indigenous and Imported components

together with their value and proportion it

bears to the total value of the store should

also be given.

12. State whether raw materials are held in

stock sufficient for the manufacture of the

stores.

13. Please indicate the stocks in hand

at present time.:

i) Held by you against this Enquiry.

(ii) Held by M/s.___________ over

which you have secured an option.

14. Do you agree to Sole Arbitration by

Secretary Ministry of Home Affairs or by

some other person appointed by him as

provided in Clause 24 of the General

Conditions of Contract Form DGS&D-68

(Revised) (Your acceptance or non-

acceptance of this clause will not

influence the decision of the tender. It

should, however, be noted that an

omission to answer the above question

will be deemed as an acceptance of the

Clause).

15. For Partnership firms state whether they

are registered or not registered under

Indian Partnership Act, 1932. Should the

answer to this question by a Partnership

firm be in the affirmative, please state

further :-

Page 42: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 35 of 52

(a) Whether by the partnership

agreement, authority to refer disputes

concerning the business of the

partnership to arbitration has been

conferred on the partner who has

signed the tender.

(b) If the answer to (a) is in the negative,

whether there is any general power of

attorney executed by all the partners

of the firm authorizing the partner

who has signed the tender to refer

dispute concerning business of the

partnership to arbitration.

(c) If the answer to either (a) or (b) is in

the affirmative, furnish a copy of

either the partnership agreement or

the general power of attorney as the

case may be.

N.B.: (1) Please attach to the tender a copy of

either document on which reliance is

placed for authority of partners or the

partner signing the tender to refer

disputes to arbitration. The copy

should be attested by a Notary

Public or its execution should be

admitted by Affidavit on a properly

stamped paper by all the partners.

(2) Where authority to refer disputes to

arbitration has not been given to

the partner signing the tender the

tenders must be signed by every

partner of the firm.

16. Here state specifically:

(i) Whether the price tendered by you

is to the best of your knowledge

and belief, not more than the price

usually charged by you for stores

of same nature/class or description

to any private purchaser either

foreign or as well as Govt.

purchaser. If not state the reasons

thereof if any. Also indicate the

margin of difference.

Page 43: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 36 of 52

(ii) In respect of indigenous items for

which there is a controlled price

fixed by law, the price quoted shall

not be higher than the controlled

price, and if the price quoted

exceeds the controlled price the

reasons thereof should be stated.

17. Are you.

(i) Holding valid Industrial

Licence(s)/Registration Certificate

under the Industrial Development

and Regulation Act, 1981. If so,

please give particulars of Industrial

Income Registration Certificate.

(ii) Exempted from the licencing

Provision of the Act for the

manufacture of item quoted against

this tender. If so, please quote

relevant orders and explain your

position.

(iii) Whether you possess the requisite

licence for manufacture of the

stores and/or for the procurement

of raw materials belonging to any

controlled category required for the

manufacture of the store? In the

absence of any reply it would be

assumed that no license is

required for the purpose of raw

materials and/or that you possess

the required licence.

18. State whether business

dealings with you have been

banned by Min./Deptt. of

Supply/Min. of

Home Affairs?

19. Please confirm that you have read

all the instructions carefully and

have complied with them

accordingly.

20. Sale Tax office Address.

Page 44: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 37 of 52

21. Income Tax office Address.

Signature of Witness: Signature of Tenderer:

Full name

(Block letters)

Address:-

(1) Full name

(Block letters).

(2) Address

(2) Whether signing as Proprietor/ Partner/ Constituted

Attorney/duly authorized by the Company.

N.B:- TENDERERS SHOULD FURNISH SPECIFIC ANSWERS TO ALL THE QUESTIONS. TENDERERS

MAY PLEASE NOTE THAT IF THE ANSWERS SO FURNISHED ARE NOT CLEAR AND/OR ARE

EVASIVE, THE TENDER WILL BE LIABLE TO BE IGNORED

Page 45: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 38 of 52

APPENDIX -3

QUESTIONNAIRE ABOUT MANUFACTURER

1. Name & Address of contractor ____________________________________________

2. a) Whether registered with DGS&D

for subject stores Yes No.

b) If yes, monetary limit Rs.

(Enclose attested photocopy (Lakh) (Without limit)

of Regn. Certificate)

c) Validity Date

Permanently

3. a) Whether registered with NSIC

for subject store Yes No

b) If yes, monetary limit Rs.

(Enclose attested photocopy (Lakh) (Without limit)

of Regn. Certificate)

c) Validity Date

4. Whether past supplier of subject store to DGS&D

Or Min. of Home Affairs during the last 3 years.

Yes No

(If yes, submit performance report in enclosed Performa)

5. Terms of delivery :

i) Foreign Manufacturers : CIP at consignee location

YES NO

ii) Indigenous Manufacturers

(Free delivery to consignee’s location) YES NO

6. a) Delivery period in months from Months

the date of placement of order/

Approval of Advance Sample.

b) Production capacity per month____________Nos.

Page 46: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 39 of 52

7. Acceptance to conditions of contract as

Contained in DGS&D-68 (Revised) amended Yes No

up to date and those contained in Yes No

Pamphlet No. DGS&D-229 read with

Annexure attached.

8. Have you enclosed required Earnest Money:

Yes No

9. Do you accept tolerance clause:

Yes No

10. Do you accept Liquidated damage clause

Yes No

11. Do you accept Guarantee/Warranty clause

Yes No

12. Do you accept Arbitration clause

Yes No

13. Whether store fully conforms to the tendered

Specifications as per Schedule-V

Yes No

14. Do you agree to trial /demonstration clause

Yes No

15. Have you ever been blacklisted in your country/

Abroad by any Govt./other purchasing agency

Yes No

16. Do you accept repair and training clause

Yes No

Signature of Tenderer :

Name in Block letters :

Capacity in which :

tender is signed

Full Address :

:

:

:

Page 47: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 40 of 52

APPENDIX-4

PERFORMANCE STATEMENT FOR LAST THREE YEARS

Name of Firm: __________________________________________________________________

1. Contract Nos. & details of :

Firms/agencies to whom supplied

2. Description of Stores :

3. Quantity on order :

4. Value :

5. Original D.P. :

6. Qty. supplied within original D.P. :

7. Final Ext. D.P. :

8. Last supply position. :

9. Reasons for Delay in supplies :

(if any)

Signature of Tenderer

Page 48: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 41 of 52

APPENDIX- 5

FORM -7

PROFORMA FOR EQUIPMENT AND QUALITY CONTROL

1. Tender No. & Date______________ for the supply of ___________

2. Details of firm

(a) Name :

(i) Office :

(ii) Address :

(iii) Telephone :

(iv) Fax :

(v) e-mail :

(b) Works :

(i) Address :

(ii) Telephone :

(iii) Fax :

(iv) e-mail :

3. Location of manufacturing works / factory.

Factories owned by you (Documentary). In case

you do not own the factory but utilize the factory

of some other firm for the manufacture/

fabrication of the stores for which you apply for

registration on lease or other base you should

furnish a valid legal agreement of the factory

of______________________________________

(here indicate the name of the firm whose factory

is being utilised) has been put at your disposal

for the manufacture /fabrication of the stores for

which registration has been applied for.

4. Brief description of the factory (e.g.area covered

accommodation, departments into which it is

divided, laboratory etc.)

5. Details of plant and machinery erected and

functioning in each department (Monograms and

descriptive Pamphlets should be supplied, if

available).

6. Whether the process of manufacture in factory is

carried out with the aid of power or without it.

7. Details and stocks of raw material held (state

whether imported or indigenous) against each

item.

Page 49: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 42 of 52

8. Production capacity of each item with the

existing plant & machinery:

(a) Normal

(b) Maximum

9. Details of arrangements for quality control of

products such as laboratory etc.

10. (a) Details of Technical/ Supervisory

Staff incharge of production

& Quality control.

b) Skilled labour

employed.

(c) Unskilled labour

Employed.

(d) Maximum No. of workers (Skilled &

Unskilled) employed on any day

during the 18 months preceding the

date of application.

PLACE :

DATE :

SIGNATURE OF THE TENDERER

Designation_____________________

Company/ Firm__________________

N.B. : (1) Details under column 5 to 10 inclusive need to be restricted to the extent they

pertain to the item(s) under reference.

Page 50: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 43 of 52

APPENDIX-6

BANK GUARANTEE FORMAT FOR FURNISHING EARNEST MONEY DEPOSIT (EMD)

Whereas…………………………………………………………………………….. (hereinafter

called the “tenderer”) has submitted their offer

dated…………………………………………………………….. for the supply

of…………………………………………………………………………… (hereinafter called the

“tender”) against the purchaser’s tender enquiry No…………………………………………………

KNOW ALL MEN by these presents that WE …………

of………………………………………………...…………having our registered

office at …………………………are bound unto……… (hereinafter called the “Purchaser) in the sum

of …………………………………for which payment will and truly to be made to the said Purchaser,

the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of

the said Bank this…………………………day of……………………….2016.

THE CONDITIONS OF THIS OBLIGATION ARE: (1) If the tenderer withdraws or amends, impairs or derogates from the tender in any respect

within

the period of validity of this tender. (2) If the tenderer having been notified of the acceptance of his tender by the Purchaser during the

period of its validity:- a) If the tenderer fails to furnish the Performance Security for the due performance of the contract. b) Fails or refuses to accept/ execute the contract. We undertake to pay the Purchaser up to the above amount upon receipt of its first written

demand, without the Purchaser having to substantiate its demand, provided that in its demand the

Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both

the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including 45 days after the period of tender

validity and any demand in respect thereof should reach the Bank not later than the above date.

When communication is received from or on behalf of DG CRPF to invoke this Bank

Guarantee, the amount will be remitted to in favour of DIG (Prov,) Dte. Genl., CRPF payable at

SBI, CGO Complex, New Delhi (Code No.7837) ……………………………………

(Signature of the authorized officer of the Bank) ………………………………………………….

Name and designation of the officer ………………………………………………….. Seal, name & address of the Bank and address of the Branch

Page 51: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 44 of 52

APPENDIX-7

GUARANTEE/WARRANTY

i) Except as otherwise provided in the invitation to the tender the contractor hereby declares

that the goods, stores, articles sold/supplied to the purchaser under this contract shall be of

the best quality and workmanship and new in all respects and shall be strictly in accordance

with the specifications and particulars contained/mentioned in the contact. The contractor

hereby guarantees that the said goods/stores/articles would continue to conform to the

description and quality aforesaid upto the one year, from the date of delivery of the said

goods/stores/articles to the purchaser and notwithstanding the fact that the purchaser

(Inspector) may have inspected and/ or approved the said goods/ stores/ articles, if during

the one year , the said stores/goods/articles be discovered not to confirm to the description

and quite aforesaid or not giving satisfactory performance or have deteriorated, the

decision of the purchaser in that behalf shall be final and binding on the contractor and the

purchaser shall be entitled to call upon the contractor to rectify the goods/stores/articles or

such portion thereof as is found to be defective by the purchaser within a reasonable

period or such specified period as may be allowed by the purchaser in his discretion on/an

application made thereof by the contractor and in such an event, the above mentioned

warranty period shall apply to the goods/ stores/ articles rectified from the date of

rectification thereof otherwise the contractor/seller shall pay the purchaser such

compensation as may arise by reason of the breach of warranty herein contained.

ii) Guarantee that they will supply spare parts, if and when required on agreed basis for an

agreed price. The agreed basis could be and including but without any limitation on agreed

discount on the published catalogue or on agreed percentage of profit on the landed cost.

iii) Warranty to the effect that before going out of production for the spare parts they will give

adequate advance notice to the purchaser of the equipment, so that the latter may undertake

the balance of the lifetime requirements.

iv) Warranty to the effect that they will make available the blue prints of drawing of the spares

if and when required in connection with the main equipment.

v) The contractor will have to disclose the exact details of the system of after sales service

and maintenance including the infrastructure for the purpose in India and also the total

number / technical qualification of the personnel deputed for the purpose and their contact

phone numbers /identifications, whether they belong to some Indian company with which

the foreign manufacturer has some arrangement or employed directly by them.

Page 52: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 45 of 52

APPENDIX-8

U.II-1156/2015-16-Proc-VI Dated February,2016

PROFORMA FOR COMMERCIAL BID/PRICE BID

{TO BE FILLED BY THE BIDDER & ATTACHED SEPARATELY IN SECOND COVER}

Sl no S/No Nomenclature of

items

Qty

In

Nos

Unit

Price Ex-

Factory

CIP, Airport,

New Delhi/

Consignee

location

Any

other

charges

Net

Unit

Price

Total

Price

1 2 3 4 5 6 7 8

01 Eye Ball/ Video

Surveillance Ball

06

Note :

a) Rate will be compared by taking cost of Eye Ball/Video Surveillance Ball as per technical specifications.

b) Entry tax/Octroi/Toll tax will be paid at actual. c) Tenderers are required to indicate basic rate, custom duty, excise duty, sales tax/VAT and any

other leviable taxes/charges separately within above performa. Such

taxes/duties/charges reflected outside the performa will not be accepted. SEZ manufacturer should also to provide :

i) Custom duty paid or forgone on imported products. ii) The custom duty waived off on import of plant and machinery and on import of raw

materials be added to the pre-unit cost based on installed capacity or the actual production whichever is less.

iii) Further the custom duty not paid because of CDEC should also be added to the cost of

the SEZ manufacturer while comparing it with a non SEZ manufacturer in India.

Signature of tenderer

Name of tenderer

Date

Page 53: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 46 of 52

Appendix-9

COMPLIANCE STATEMENT FOR SPECIFICATION OF EYE BALL/VIDEO

SURVEILLANCE BALL

1. Name of Item : Eye Ball/ Video Surveillance Ball

2. Brand of Item/Country of origin :___________________________________

3. Make & Model : ________________________________________________

4. Life of the item:-------------------------------------------------------------------------

Tenderer are requested to give Compliance of each Specification whether equipment being

offered by them is complying with Specification or otherwise.

QRs compliance for Eye Ball/ Video Surveillance Ball

Ser.

No.

Features Specifications Complied Not

Compled

Page No. at

which this

Tech.

Literature

attached

1. General

Sensor: The video

surveillance ball should

have following features

a) It should have audio

and video svl capacity

b) Should be rugged

enough to survive a

“throw” or “roll” of

more than 20 mts with

landings in rough

terrain, concrete, piles

of debris, or through

windows.

c) 3600

audio and

video coverage

d) Continuous

operation up to 2 Hrs

e) Night vision

capability.

2. Receiver: The portable Remote

Display Unit should

have a TFT display of

minimum five inches

or more with inbuilt

DVR capability to

record and play back.

This should have

output facility for

recording on external

device

Page 54: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 47 of 52

3. Technical Specification

a) Image sensor

i) Resolution More than 450 TV

lines

(ii) Frame rate Line Video minimum

25 fps

(iii) Shutter operation Automatic

b) Audio Microphone

i) Audio mike detection Omni directional

ii) Sensitivity of audio

mike

Should detect human

voice from 5 m or

more

iii) Squelch Automatic squelch to

decrease noise

c) c) Video and Audio

Transmission

i) Indoor transmission

dist

25 mtr minimum

ii) Outdoor transmission

dist

100 mtr minimum

iii) Frequency of

control and feed

back link/net

License free

d) d) Illumination

i) Illumination

wavelength

Illumination by using

near infrared LEDs

ii) Illumination distance 5 mtr or more

iii) Light sensor Automatic and manual

control of illuminating

light depending on

light condition of

target area

e) Camera

i) Camera Range of

sensor ball

Less than 1 meter to

20 m or more

ii) Pan and Zoom Pan 360, 2x Digital

Zoom, day/night

camera.

f) Mechanical

specifications

i) Dimensions of

Ball unit

100 Diameter or less

ii) Weight 1 Kg (max)

iii) Stabilization and

Motion

Quick self

stabilization

g) Power source

i) Rechargeable

battery

LiON/LIPO

ii) Battery operation

capacity

Ball Unit: Minimum 2

Hrs

Page 55: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 48 of 52

PDU: Minimum 3 Hrs

iii) Battery Charger For PDU and Sensor

iv) Battery charging

time

Less than 4 hours

v) Battery Charger

input

220V, 50 Hz AC

Mains and provision

for Charging from the

vehicle.

h) Remote display Unit with

system software

The portable Remote

Display Unit should

have a TFT display of

minimum five inches

along with the system

software

i) Output connection S – Video/AV and

earphone connectors

for audio

j) IP Standard for Ball units IP 65 or better

k) Accessories:- The

following accessories to

be supplied with each

system in hard carrying

case.

i) Throw able camera

ball

02

ii) Training ball 01

iii) Portable Operator

Control Unit with

Jacket and bty

charger

01

iv) Camera Ball Charger 02

v) Head phones 01

vi) Telescopic pole with

adaptor

01

vii) Spare Powering pin 02

viii) User Manual 01

ix) Quick Reference

Guide

01

x) Ground Spike 01

xi) Door Hanger for

Throw able camera

ball

01

xii) Tripod 02

xiii) Retrieval rope 02

l) Additional battery

charger for PDU and Ball

units per deployment kit

01 x each charger for

PDU and Ball unit

m) Carrying case

A single soft backpack

type carrying case

housing the complete

Page 56: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 49 of 52

equipment and its

accessories less the pole.

A soldier should be able

to carry the equipment on

his back conveniently. It

should be preferably of

camouflage pattern

N.B.- Tenderers can furnish this statement on a larger sheet of paper if space provided

above is found insufficient.

Page 57: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 50 of 52

Appendix-10

TENDER ACCEPTANCE LETTER

(To be given on Company Letter Head)

To

----------------------------------

----------------------------------

----------------------------------

Sub: Acceptance of Terms & Conditions of Tender

Tender Reference No.

Name of Tender/Work:

--------------------------------------------------------------------------

--------------------------------------------------------------------------

--------------------------------------------------------------------------

Dear Sir,

1. I/We have downloaded/obtained the tender documents(s) for the above mentioned

‘Tender/Work’ from the website(s) namely:-----------------------------------------------------

----------------------------------------------------------------------------------------------------------

as per your advertisement, given in the above mentioned website(s).

2. I/We hereby certify that I/we have read the entire terms and conditions of the tender

documents from page No.------- to ---------(including all documents like annexure(s), schedule(s),

etc), which form part of the contract agreement and I/we shall abide hereby by the

terms/conditions/clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/organization too have also

been taken into consideration, while submitting this acceptance letter.

4. I/We hereby unconditionally accept the tender conditions of above mentioned tender

document(s)/corrigendum(s) in its totality/entirety.

5. In case any provisions of this tender are found violated, then your department/ organization

shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including

the forfeiture of the full said earnest money deposit absolutely.

Yours faithfully,

(Signature of the Bidder, with official seal)

Page 58: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 51 of 52

Appendix-11

Check list for tenderers (Tenderers should check following requirements for compliance before submission of the tender documents)

SL No

Requirements to be checked by the tenderers before submission of the tender.

Compliance (To be indicated by the tendererwith “YES”after compliance of the

requirements)

1. Tenderers should ensure deposit of required Earnest Money Deposit if the tenderers are not registered with DGS&D or NSIC for the store(s) quoted for the governing specification as per Tender Enquiry

2. Tenderers should ensure that their registration with DGS&D and NSIC is valid if they are registered with DGS&D/NSIC and not depositing Earnest Money. They should enclose the latest DGS&D/NSIC registration certificate.

3 Tenderers should confirm that their products conform to the governing specifications of the quoted stores as per Tender Enquiry.

4. Tenderers should mention their monthly manufacturing / supplying capacity.

5 Tenderers should mention in the Tender Enquiry that they accept our delivery terms i.e. they agree to supply stores at consignees’ locations at freight, risk and cost of the tenderers.

6 Tenderers should mention that their offer is valid up to 180 days from the date of opening of the tender.

7. Tenderers should mention their Delivery Period clearly.

8. Tenderers should mention that they agree to the Tolerance Clause of the Tender Enquiry.

9 Tenderers should give their past performance in the specified format given in the Tender documents.

10. Tenderers should mention that they agree to the Arbitration clause of the Tender Enquiry.

11 Tenderers should mention whether it is a manufacturer of the store(s) quoted. In case of agent of foreign Principals, they should attach valid enlistment certificate of DGS&D as agent of foreign Principals. Conditions stipulated at Clause 37 (b) of General condition for Indian agent are fulfilled.

12 Tenderers should mention that they agree to accept the conditions of the contract.

13 Tenderers should ensure that they have duly filled up Equipment and Quality Control Proforma given in the Tender documents.

14 Tenderers should mention that Business dealing with their firms has not been banned by any govt./ private agencies.

15 Tenderers should ensure that witness has signed at appropriate places of the Tender documents and full name and address of the witness have been mentioned clearly.

Signature of the tenderer

Page 59: Subject: - PUBLICATION OF TENDER NOTICE IN … Factory Muradnagar Ordnance Factory Muradnagar, Ghaziabad, Pin - 201206 Uttar Pradesh, India. Phone : 01232-232200, Fax : …

Page 52 of 52

16 Tenderer should ensure to sign each page of the Tender documents with name, designation, seal and address of the signatory.

17 If the tenderers want to mention any specific condition, it should

be mentioned on the covering/forwarding letter only which will be

placed on the first page of . the technical bid. Such condition

mentioned in any other document shall not be given any

consideration.

18 Tenderers should mention their address for communication with Telephone, e-mail and Fax number.

19 Tenderers should confirm that certificate as asked at Clause 39 of Schedule-I for Government regulations is attached.

Signature of the tenderer