tender invited for: supply of electrical, audio, …...2016/11/16 · tender call for supply of...
TRANSCRIPT
GOVERNMENT OF TELANGANA
POLICE DEPARTMENT
OFFICE OF THE
COMMISSIONER OF POLICE,
HYDERABAD CITY.
Notice Inviting Tender Number: No.L&O/Stores/926/2016
Tender Invited For: Supply of Electrical, Audio, General,
Sports and Computer related items for Training Centers
of Hyderabad City.
PART-I
1. Department Name GOVERNMENT OF TELANGANA, POLICE DEPARTMENT
2. Office OFFICE OF THE COMMISSIONER OF POLICE, HYD. CITY
3. Tender Number NO.L&O/STORES/926/2016
4. Tender Subject Tenders are invited for Supply of Electrical, Audio, General, Sports
and Computer related items for Training Centers of Hyderabad
City.
5. Tender Type Open Tender
6. EMD / Offer Security As per tender document.
7. EMD/Offer Security Payable
to Crossed Demand Draft / Pay Order / a Bank Guarantee from
Nationalized /Scheduled Bank in favour of “Asst. Accounts Officer,
Office of the Commissioner of Police, Hyd. City”.
8. Cost of Tender document and
Process fee Rs. 1500/-
9. Cost of Tender document and
Process Fee Payable To
Crossed Demand Draft / Pay Order / a Bank Guarantee from
Nationalized /Scheduled Bank in favour of “Asst. Accounts Officer,
Office of the Commissioner of Police, Hyd. City
10. Schedule downloading of
Tender document Date &
Time
17-11 -2016 from 11.00 A.M.
11. Pre-Bid meeting 21-11-2016 at 3.00 P.M.
12. Schedule downloading of
Tender document Closing
Date & Time
23-11 -2016 3.00 P.M.
13. Bid Submission Closing Date
& Time 23-11-2016 up-to 4.00 P.M.
14. Pre-Qualification Opening
Date 23-11-2016 at 4.15 P.M.
15. Technical Specifications
Opening Date 24-11-2016 at 3.00 P.M.
16. Price Bid Opening Date &
Time 25-11-2016 at 4.00 pm.
17. Place of Tender Opening At the Office of the Commissioner of Police, Hyd. City
18. Contact Person with No. Office Superintendent, Stores Section, O/o Commissioner of Police,
040-27852726.
19. The Tender system is:-
THREE-BID SYSTEM i.e.
“Pre-Qualification bid”, “Technical bid” and “Commercial /
Financial Bid”.
20. Tender Schedule Form
Tender Schedule Form can be downloaded from the website of
Hyderabad City Police www.hyderabadpolie.gov.in. Further Tender
Document is not transferable.
21. Validity of offer:- The scope of tender shall remain open for acceptance till (90) days from
the date of issue of Order.
Tender Call for supply of Electrical, Audio, General, Sports and Computer related items for
Training Centres of Hyderabad City.
SECTION – I INVITATION TO BIDS
1. Introduction to Bidders
Bids are invited by the Commissioner of Police, Hyderabad City from the reputed
Manufacturers/Authorized Dealers/shops with TIN No and Govt. Agencies with permission in
Trading.
The tender document can be downloaded from Hyderabad City Police website www.hyderabad
police.gov.in as per the tender schedule. The bidders have to pay requisite tender
document/processing fee of Rs.1500/- in the form of account payee Demand Draft which has to
be enclosed with the Pre-qualification Bid of Tender. No tender will be accepted without the
above fee which is non-refundable.
Bidders are advised to study the Tender document and Terms & Conditions carefully and
completely. Submission of Bids shall be deemed to have been done after careful study of Tender
document and examination of Terms & Conditions with full understanding of its implications.
2. Scope of Work
The scope of work shall include Supply of Electrical, Audio, General, Sports and Computer
related items for Training Centres of Hyderabad City.
3. Eligibility Criteria:
The participating tenderer should be reputed registered company having such past experience in
execution of similar orders earlier.
(i) Whoever participating in Tender should have minimum average Annual turnover
Rs. 10,00,000/- (Rupees: Ten Lakhs only) on Sales for the last three financial years in India,
will qualify for participating in the Tender.
(ii) The bidder or the Bidder’s group company or the manufacturer should not have been
blacklisted by any State Government / Central Government / PSU for any reason in the last
five financial years as on bid calling date. A letter of undertaking on the letter heads of the
Bidder/ Manufacturer should be submitted separately stating that they have not been
blacklisted by any State Government / Central Government / PSU for any reason in the last
three years and should be signed by an Officer competent and having the power of attorney
(with Company stamp) to bind the bidding Firm / Manufacturer(s). The letter of undertaking
should be submitted with Pre-qualification Bid.
Items to be supplied:-
The items to be supplied are appended at Schedule-I, Schedule-II, Schedule-III,
Schedule-IV & Schedule-V. The bidders can participate for any of the schedule by
submitting the required EMDs.
Schedule-I
Sl.
No
Name of the item
Quantity
SPORTS ITEMS
1. Wheel Barrow
3
2. Stop Watches
52
3. Vertical Rope with Poles
3
4. Skipping Ropes
275
5. Volley Ball Nets
3
6. Foot Balls
6
7. Horse Jump (Wooden)
10
8. Halting mats for Horse Jump
9
9. Chin-up Beams
12
10. Base Drum
3
11. Hand Ball
6
12. Basket Ball
6
Schedule-II
ELECTRICAL ITEMS
1. Pedestal fans (Big)
24
2. Amplifiers
21
3. 500 Amplifier
3
4. Speaker cables Bundles per meter in bundles
15
5. Tube Light Fittings
40
6. Emergency light
5
7. Ceiling Fans
24
8. Laser Indicating Pointers
24
9. Spike Protectors
3
10. Speaker Wire
3
11. Multimedia cable for teaching Lab
3
12. 9V BTYS Chargers
12
13. 9V BTYS Rechargeable
42
14. Bell
6
15. Siren
3
16. Pointers
15
Schedule- III
AUDIO SYSTEM
1. Speakers (Class Rooms)
42
2. Speakers 100 watts (outdoor grounds) 18
3. Collar mikes
30
4. Cordless mikes
45
5. Cordless Micro Phone with Head Set
33
6. Micro Phone Stand Small
42
7. Micro Phone with cable (15 mts.) – Bundles 3
8. Podium with micro phone
3
9. Mobile Mike Sets
9
Schedule-IV
COMPUTER RELATED ITEMS AND OTHER EQUIPMENTS
1. Laptops
2
2. Hub Switch LAN to connect with all computers
3
3. VGA Cable
9
4. Fax Machine
3
Schedule-V
GENERAL ITEMS
1. Wall Clock
69
2. G.P.S.
43
3. Compass
24
4. Service Protractor
75
5. Day Binoculars
6
6. Dragon lights
18
7. Air Coolers
18
8. Shoe Stand
75
9. Black boards with stands
18
10. White boards with stands
24
11. Notice Boards
4
12. Fogging machine
2
13. Roller for ground levelling
1
14. Crockery set
5
15. Pockers
1
16. Manela ropes in meters
300 mtrs.
17. Rolling mats
2
18. Fort Walls
1
19. Floor Mat
5
20. Wheel Barrow
3
21. Fig.2 Targets
114
22. 1x1 Targets
99
23. Snap Targets
48
24. Investigation kit
02
Note: i) Quantities mentioned against each item are tentative and subject to vary + / - 25%.
ii) Detailed technical specifications are furnished in SECTION – II.
4. Clarifications on Tender Document
Bidders may request clarifications with regard to any part of the Tender document up to 5-00 PM
on or before the day of pre-bid meeting. Any request for clarifications must be sent in writing.
SECTION-II-
TECHNICAL SPECIFICATIONS
Schedule-I – SPORTS ITEMS
Sl. No.
Description of Item Specifications
1. Wheel Barrow Steel Handle: 1.2 MM Guage: 50x25 MM
Legs: 125 MM
Metal Tub
2. Stop Watches 100 memory
3. Vertical Rope with Poles Pole Height: 30 meters Width: 30 feet
4. Skipping Ropes PVC solid rope & ball bearing.
5. Volley Ball Nets Size: 9.5 x 1 meter Nylon extra Thick with
Tetron Tape with steel wire.
6. Foot Balls 32 panel, PU hand stitch, Gracy ground,
dry weather, Match ball.
7. Horse Jump (Wooden) Made of season wood coated with clear
PU.
8. Halting mats for Horse Jump 2M x 1M x10 CM made of PVC coated
fabric and filled with PU foam.
9. Chin-up Beams Horizontal bar iron-1 Length: 10 feet
Dia: 100 meters
Vertical pole-2, Height: 10 feet
10. Base Drum 27” brass
11. Hand Ball 32 panel, rubberized had stitched.
12. Basket Ball 14 panel, rubberised moulded,
competition ball.
Schedule-II – ELECTRICAL ITEMS
Sl. No.
Description of Item Specifications
1.
Pedestal fans (Big)
Type: Pedestal Fan Speed Settings: 3 Levels
30 Inch Air Circulator Pedestal Fan
Blades No. : 3
Colour: White
2.
Amplifiers 50 watts 3 Mic
1 AUX Input
Power Output – 50w RMS
MP3 player with USB reader and remote
control
3.
500 Amplifier
500 Watts 7 Mic and 2 AUX input
Power output – 500W RMS
Tone, Bass, volume, Master controls
Digital Player - Mp3 Player
With USB, SD and MMC Reader and Remote
control
27 Kgs.
4. Speakers Cable bundles
Falcon make shielded twin core copper wire for
speakers
5. Tub Light set Voltage – 20 with frame
6.
Emergency Light
Slide switch for easy handling,
20 - 30 times more battery life
strong durable plastic body
Extra wide lens flasher torch
wide area light
Bright white LED (275 mA)
0.5 watt power consumption
9 volts power requirement.
3200 lux luminous power
Back-up 3 hours
Warranty- 2 years
7.
Fans
Type – ceiling Material – Aluminium
Power consumption – 80 watts
Speed – 380 rpm
Air delivery – 190 cm
Colour – white
8.
Laser Indicating Pointers “Red colour” indicating laser pointer Medium size
25 meters distance
9.
Spike Protectors
6 Nos. of 5 Amp 3/5 plugs and indicator switch 5 Amp
Including protection of fuse to A/C voltage
and 15 m of long cable for computers.
10.
Multimedia cable for teaching Lab One side round shielded cable Stereo pin
Amplifier pin
11. Speaker Wire
Rubber shielded twin core copper wire
12. 9V BTYS Charger
Two position battery charger Super quick charger
13. 9V BTYS Rechargeable “CAMELION” MAKE OR “VIPOW MAKE”
14.
Bell
Wireless remote control door calling bell 1 doorbell push button
1 wireless push button
1 battery pack for trigger push button include the
pack
Ultra distance remote control (50 meters)
15.
Siren
Horizontal (Electrical) 220 V / 250
600 rpm
50 HZ, AC
HP/ ¼
16.
Blue Tooth Pointers
2.4 GHZ Speed 8 MB
1 year warranty.
Black Colour
Page up bottom
Page down bottom
On/off.
Upto 10 meter distance
Wireless device
2 AAA batteries
Schedule-III – AUDIO SYSTEM
Sl. No.
Description of Item Specifications
1.
Speakers (class Rooms)
10W RMS 15W MAX
2 x 6” x 4
Sheet metal cabinet and covers
2.
Speakers 100 watts (outdoor Grounds)
PA Reflex horns with unit Model AU 40(R) XT
Input power: 40 Watt RMS (Route Mean Squire) /60
Watt max.
Impedance power taps: 40 W
Dimensions: 150 x H137 mm/2.24 kg
Output decibels(db): 112.5 db
3.
Collar mikes
P.A VHF wireless micro phone Antenna – Telescope
Power – AC 220V -240V Adaptor
9V BTY
Modulation move – F.M
4.
Cordless mikes
Channel – Single channel – non diversity Frequency - Band VHF band Frequency (160-245MHZ)
Control volume- control & noise squelch control on
receiver
Capsule- Dynamic capsule
Battery – 9V Battery
Options Hand held & lapel.
5.
Cord less Micro Phone with Head Set
Channel – Single channel Man Diversity Frequency – VHF band frequency (170+260MHZ)
Controls – volume control & noice squelch control on
receiver
Capsule – Dynamic capsule
Battery – 9V Battery
Options – Hand held lapel (Not available with neck
worm mic)
6.
Micro Phone Stand Small
Table / Floor stand 350 — 530 mm
150 mm
2.22 Kgs
7.
Micro Phone with cable (15 mts. Bundles)
Upper mid range presence speak for intelligible sound,
Ideal for close to lip singing, speak with quick
detachable holder with 3 pin professional XLR
connector and 10 m twin core shielded low noise
cable. Impedance — 300Ω
Sensitivity – 2MV / Pn
Frequency response 50 – 16,000Hz
8.
Podium with micro phone
Power output – 40w, Max 2 Mics
Weight – 18.3 Kgs
Width – 420, height – 1135, depth – 580mm
Battery – 9V
9.
Mobile Mike Sets
Teaching Mic Wireless hand held transmitter
One cordless mic, one collor mic
25 W output
Modulation mode
600 output
W =215, H= 285
12 V, 3.5 AH rechargeable battery
2.85 Kg (without battery)
Schedule-IV – COMPUTER RELATED ITEMS AND OTHER EQUIPMENTS
Sl. No.
Description of item Specifications
1.
Laptops
5th Generation Intel core
i5-5200U Processor
Windows 10 Home
8 GB RAM, 1TB HDD
2 GB NVIDIA GeForce 940M Graphics
Backlit keyboard with Numeric keypad
39.62 cm (15.6”) HD (720p) Bright view LED IPS
Display
2.
Hub Switch LAN to connect with all
Computers
Port : 48 RJ-45 connectors for 10 BASE-
T/100BASE-TX/1000BASE-T with
4Gigabit combo ports shared between mini-
GBIC ports: console port: auto MDI/MDI-X: auto
negotiable/manual setting: RPS port for
connecting to redundant power supply unit. Cabling type : Unshielded twisted pair (UTP)
category 5 or better for 10BASE-T/100BASE-
T/1000BASE-TX, UTP category Ethernet or
better for 1000BASE-T
LEDs : PWR, Fan, Link/Act, PoE, Speed, RPS,
Master, Stack ID 1 through 8.
Switching Capacity: 96 Gbps non blocking
Forwarding capacity : 71.4 mpps (64-byte packets) Stack operation : Up to 192 ports in a stack
Hot insertion and removal
Ring and chain stacking option
Master and backup master for resilient stack
control
Auto – numbering or manual configuration of
units in stack LAYER 2:
MAC table size :8000
Number of VLANs :256 active VLANs
(4096 range)
Head-of-line (HOL) blocking: HOL blocking
prevention
LAYER 3:
Layer 3 options : Static routing; classless
inter domain routing
(CIDR); 60 static routes; Ipv4; forwarding in
silicon – wire- Speed forwarding of Layer 3
traffic.
Ipv6: Ipv6 options: Ipv6 over Ethernet, dual stack,
Ipv4 network with Intra-site Automatic Tunnel
Addressing Protocol (ISATAP) tunnel, Ipv6
neighbour discovery, stateless address
configuration, maximum transmission unit (MTU)
discovery, WEB, SSL, Telnet, Ping, Trace route,
Simple Network time protocol (SNTP), Trivial file
transfer protocol (TFTP), SNMP, RADIUS, ACLs,
QoS, protocol-based VLANs
AVAILABILITY:
Link Aggregation :using IEEE 802.3 ad LACP, up
to 8 ports in up to 8 groups.
Storm control : Broadcast, multi cast
and unknown unicast
DOS prevention : DOS attack prevention
3. VGA Cable Voltage rating- 30 watts,
Minimum bend radius-85 MM
Approvals- CE
Warranty- Life Time
Both side connectors
10 meter Length.
4. Fax Machine Compatibility ITU-T Group3, ECM Modem Speed 33.6 Kbps — 2.4 kbps with automatic
fallback
Coding Scheme MH/MR/MMR
Transmission Speed Approx. 3 seconds (A4)
Scan Speed Approx. 3 seconds/page (A4)
Max TX Resolution 16 dots/mm x 15.4 lines/mm
Gray Scale/Halftones 64 levels
5. Investigation Kit
Schedule-V- GENERAL ITEMS
Sl. No.
Description of item Specifications
1.
Wall Clock Material – MDF Dimension – 48.2”, 36.6”, 3.5 cm
2.
G.P.S.
Dimensions: 3 x 6.9 x 15.7 cm Screen size: 2.7 Inches
Horizontal Resolution : 120 pixel
Material : Plastic
Supports Bluetooth Technology :Yes
3.
Compass Prismatic liquid MK. IV Dimensions: 11x11x5 (LxBxH) cm
Weight (Grm.): 500
4. Service Protractor
Shape: Rectangle Dimensions L x W : 150 mm x 50 mm
5.
Day Binoculars
Magnification: 30 * 60 View Field: 7.2°
Line field: 126m—1000m
Closest distance: 15m
objective Lens diameter: Approx. 0.9 inch/23mm
Eyepiece Diameter: Approx. 0.6 inch/15mm
Folded size: Approx. 3.5 x 2.4 x 1.6 inch/9 x 6 x 4cm
Color: Black
6.
Dragon lights
160 mm DLA x 250 mm length fitted with designed deep parabola reflector having 55 watt,
12 volts halogen lamp,
12 volts & 7AH rechargeable.
Micro controller based HHSL Suitable for 55 W
Halogen Lamp Operating range of about 1000 mt (i. E. 1km)
Beam distance of 350 mt. (min).
Shock resistance front glass.
SMPS inbuilt charger working on from 90v to 270v.
7.
Air Coolers
Features: 4 Way Air Deflection System Cool Flow Dispenser
Dura Pump Technology
Whisper Quiet Performance
Air Cooler Type: Desert Cooler
Water Tank Capacity: 56 Litres
Blower Control: 3 Speed
Body Material Type: ABS Plastic
Water Level Indicator: Yes
Cooler Design: Compact
Colour: White
8.
Shoes Stand
Dimension : L x W x H : 22.5x 36x 11.4” Gap between 2 racks: 7”
Durable shoe rack in high grade Mango wood with 3 slatted shelves
Open back and slatted shelves (movable)
For 15 Members 9.
Black boards with
stands
Rectangular shape with Aluminium frame length – 3 feet
width – 2 ½ feet
stand –Iron legs
10. White boards with
stands Rectangular shape with Aluminium frame length – 4 feet
width – 2 ½ feet
stand –Iron legs
Board fitted by the wall with screws.
11.
Notice Board 5 feet x 3 feet Pin up Board
Aluminium frame
12.
Fogging Machine
Fuel (Petrol Tank) : 2.1 Ltr Capacity Formulation Tank (Diesel & Chemical): 9.0 Ltr.
Engine Specification : Pulse Jet Engine
Starting Method : Manual pump Start
Power Supply : 6 V( D. C) Battery
Fuel Consumption : Max 2.5 Ltr. Per Hour
Solution(Chemical + Diesel)
Consumption : Maximum 9 Ltr. – 12 ltr. Per hour
Materials of Construction : Stainless Steel
Weight: 13.5 kgs.
13. Roller for ground
levelling Manual 1 Ton (1000 Kgs.)
135 cm x 75 cm, 7 feet handle,
steel
Length: 42 Inches
Dia: 24 Inches
Guage: 6-7 cm.
With Ball Bearings
14. Crockery set Heat resistance up-to 150 Degree Centigrade
Durable, break resistance with long lasting design
Should be rugged
Light weight
Scratch free
Chip resistant
Extra strong
Veg bowl: 200 ml., Soup bowl, 300 ml., serving bowl 2000 ml.,
Tea set
Sweet/Ice Cream set
Colour: White
Plates: 12
15. Pockers Metal No. of Hocks-8, Height: 2 ½ feet
Wooden handle
16. Manela ropes in meters Superior quality 40 mm Thickness made with coir.
17. Rolling mats Material: Coir, Length: 6 feet, width: 4 feet, Thickness: 5 inches Hessian cloth of good quality should be pasted on the entire mat.
18. Fort Walls
19. Floor Mat Material: Coir, Length: 6 feet, width: 4 feet, Thickness: 5 inches Hessian cloth of good quality should be pasted on the entire mat.
20. Fig.2 Targets Height 5 feet (plywood), width 3 feet (plywood), Bamboo stick 15 feet
21. 1x1 Targets 1feet x 1 feet (plywood), 2 feet Bamboo sticks.
22. Snap Targets Height 5 feet (plywood), width 3 feet (plywood), Bamboo stick 15 feet
SECTION – III INSTRUCTIONS TO BIDDERS
1) A) Bid Security (EMD) and Validity
Earnest Money Deposit for each of schedule is detailed below:
Sl. No.
Description of schedule EMD Amount
1. Schedule-I - Sports Items Rs.20,000/-
2. Schedule-II – Electrical Items Rs.20,000/-
3. Schedule-III- Audio Items Rs.20,000/-
4. Schedule-IV- Computer and other related Items Rs.10,000/-
5. Schedule-V- General Items Rs.30,000/-
The EMD shall be in the form of crossed Demand Draft / Bank Guarantee from any
Nationalised /Scheduled Bank drawn in favour of “The Assistant Accounts Officer, O/o
Commissioner of Police, Hyderabad City” shall be enclosed with Pre-qualification Bid of
Tender. No tender will be accepted without EMD.
The EMD will be scrutinised first for the amount and validity period. The bids submitted
with required EMD amount and validity only will be considered for the evaluation. The bids
submitted with insufficient EMD amount / validity will be treated as disqualified bids and
those bids will not be considered for further evaluation.
The purchaser shall retain the EMD / Bid Security for a maximum period of 180 days from
the date of opening of the Commercial Bid. No interest will be payable by the Purchaser on
this amount.
B. Forfeiture of the bid security :–
i) If a bidder withdraws his bid during the period of Tender or in case successful bidder
fails –
ii) To furnish Performance Bank Guarantee within the stipulated period or
iii) If at any stage, any information / declaration is found false.
The EMD / Bid Security of the successful Bidder(s) will be discharged upon the bidder
furnishing the Performance Guarantee, pursuant to relevant clauses given in this tender
document.
2) Procedure for submission of bids
The Tender shall have three parts i.e “Pre-qualification bid”, “Technical Bid” and
“Commercial Bid”. All three bids should be submitted in duly sealed separate envelops, by
keeping all in one sealed cover.
All the bids duly sealed and super-scribed with “TENDER FOR Supply of
Schedule____________items to Hyderabad City Police” should be submitted to the
Commissioner of Police, Commissionerate of Police, Basheerbagh Cross Roads, Hyderabad
– 500 029 and drop in the tender box kept at the reception of Commissionerate of Police before
due time & date.
3) Delay in submission of Bids
In case of belated receipt of tenders/bids, Hyderabad City Police shall not be responsible for any
delay caused either by the bidder or by any other source / mode of transmission.
4) Procedure for Opening of Bids
The tender evaluation committee shall open all the bids in the presence of the Bidders or their
authorised representatives on dates & time indicated above (General Information about Tender).
Persons carrying authorisation letter from bidders only shall be permitted. The technical bids of
those, who are not qualified in Pre-qualification bids shall not be opened and considered for
technical evaluation.
The bidders who qualify in the technical evaluation process shall be required to demonstrate
functioning of equipment in the presence of the officers nominated for this purpose on a given
date. The bidders shall be shortlisted for opening commercial bids based on the technical
qualifications & performance of equipment. The commercial bids of the shortlisted bidders who
qualified technically shall only be opened.
5) Contents of Bids
The Bids submitted by the bidder shall comprise of the following components:
a) Documents to be enclosed with “Pre-qualification Bid”:
i) Tender document and Process Fee of Rs. 1500/- in the form of Demand Draft drawn in
favour of “The Assistant Accounts Officer, Commissionerate of Police, Hyderabad
City”. No tender shall be accepted without process Fee/Tender Document. The cost of
tender document and process fee is not refundable.
ii) Bid Security / Earnest Money Deposit (EMD) of as explained in clause 1(A) of Section –
III.
iii) Certificate of Registration of the Firm/company, partnership deed (in case of
partnership).
iv) Audited Balance Sheet(s) and turnover figures of Indian Operations, as the case may be, for
the last three financial years (the bidder should have minimum average Annual turnover of
Rs.10,00,000/- on Sales for the last three financial years in India) and Income Tax
Assessment report for the years 2013-2014, 2014-2015 & 2015-2016 (Annexure- PQ1).
v) Letter of undertaking from the Bidder / Manufacturer stating that they have not been
blacklisted by any State Government / Central Government / PSU for any reason in the last
five financial years, which is duly signed by the Officer competent and having the power of
attorney.
b) Documents to be enclosed with “Technical Bid”:
i) Bidders Particulars (Annexure – T1)
ii) Bid Form (Annexure –T2)
iii) Compliance of Technical Specifications of the Equipment (Annexure –T3)
iv) Check List (Annexure –T4).
vi) Sample must be submitted for all the items, except for branded items, for which broachers
have to be submitted containing compliance of the Technical specifications sought by the
Deptt.
c) Documents to be enclosed with “Commercial Bid”:
i) Price Schedule (Annexure –C1)
Period of validity of Bids
Bids shall be remain valid for 90 days after the date of commercial bids opening. Any bid valid
for a shorter period may be rejected by the Purchaser as non-responsive.
7) Quotation of Prices
The prices should be quoted in Indian Rupees as per the format given at Annexure-C1. Prices
quoted should include all charges and applicable taxes. Hyderabad City Police will pay only the
rates quoted in Annexure-C1. No other payment will be paid.
8) Award of Contract
Prior to the expiration of the period of bid validity, the Purchaser will notify the successful
bidder(s) in writing by registered letter or email, to be confirmed in writing by registered letter or
by hand in person, that its bid has been accepted. If a need for extension of the validity period
arises, it should be extended by mutual agreement.
Within 7 days of the receipt of notification of award from the Purchaser, the successful Bidder(s)
shall furnish the performance guarantee in accordance with the conditions of Contract in the
Contract Performance Bank Guarantee Bond to the Commissioner of Police, Hyderabad which
shall be 10% of the contract value, as applicable, in the form of bank guarantee from a
Nationalized / Scheduled Bank.
SECTION IV – GENERAL TERMS AND CONDITIONS
1) Bids shall contain no interpolation, erasures or overwriting. Corrections, if any, shall be initialed
by the person signing the bid.
2) Purchaser reserves right to vary quantities at the time of award of contract to the successful /
qualified bidder.
3) Purchaser’s right to accept any bid and to reject any or all bids:
a) The Purchaser reserves the right to accept any bid, and / or annul the Tender process and /
or reject all bids at any time prior to award of Contract, without thereby incurring any liability to
the affected bidder(s) or any obligation to inform the effected bidder(s) of the ground for the
Purchaser’s action.
b) Bids from any bidder who has not accompanied by tender process fee or bid
security amount or bids without required documents / information are liable to be
summarily rejected.
All relevant Annexure of this Tender document should be filled in by the bidder as per format
(Annexure) and signed (with company seal). Failure to do so shall result in summary rejection of
the bid.
d) Bids by Telex / Fax and incomplete bids shall be summarily rejected.
4) Purchaser’s Rights to Negotiate
The Purchaser reserves the right to negotiate after opening the “Commercial Bids” with one or
more of the short-listed bidder(s) with regard to Specifications, Terms & Conditions of the offer,
etc.
SPECIAL CONDITIONS FOR PURCHASE ORDER
The rates are for free delivery of the items at Hyderabad.
b. The rates are inclusive of all taxes applicable.
c. Despatch Instruction: All the supplies should be delivered to the consignee in the
manufacturer’s original packing and original markings.
d. The bill of cost should be submitted in triplicate to this office for arranging necessary
payment in triplicate duly showing the price and the taxes separately.
e. The supply of the articles should be as per the approved sample and specifications. Articles if
any not in accordance with the approved sample will be rejected and returned to you at your
own cost for replacement. Action will simultaneously be taken either to reduce the rates of
the articles to be supplied up-to the extent of 10% or to blacklist the firm besides forfeiture of
Earnest Money Deposit and or Security Deposit amount and to obtain supplies from
alternative sources at the risk and cost of the Tenderer.
f. The date mentioned in the purchase order for arranging supplies should be constructed as date
on or after which supplied should be in the hand of the consignee and should not be taken as
the date for dispatching stores.
g. Advance delivery is not encouraged.
h. Supplies should strictly confirm to the specifications required by this Department (or) should
strictly confirm to the approved (tender) sample.
i. Under any circumstances, Railway receipt should not be sent through Bank to the consignee
or to this office. Any demurrage, welfare etc., incurred due to failure to observe this
condition shall be entirely on Tenderers account.
j. Unless and until prior extension in delivery period is applied for and sanctioned, the
execution of the supplies after the delivery date mentioned in this order shall be deemed to
constitute breach of contract.
k. The security Deposit lodged by him against this order or the Earnest Money where no
Security Deposit has been made by him is liable to be forfeited to Government in the event of
a breach, on his part in respect of the terms and conditions laid down in the purchase order.
Such forfeiture shall be in addition to the other remedies available for breach of contract.
l. The supplies not distributed and kept in the stores for a period of one year found any
manufacturing defective, colour fade etc., are to be replaced free of cost by the supplier and
consequential losses made by him in case of defaults like fading of colour etc.
m. The Government will not pay separately for transit insurance and he will be responsible until
the entire contract is completed for arriving in good conditions at destination.
n. Whenever under this purchase order any sum of money is recoverable/ payable by tenderer,
the Tender inviting Authority shall be entitled to recover such sums by appropriating in part
or while the balance and the total sum/due recoverable. As the case may be, shall be deducted
from any sum/due or which any time thereafter money becomes due to him, under this, or any
other contract with the Government, such deduction being made from your bills.
o. If any dispute arises as to the quality of stores supplied for purchase of either acceptability or
purchase, the opinion of the Tender Inviting Authority shall be final and he shall not be
required to give any reason in writing for rejection of the supplies to that effect.
p. Remittance of the bills will make at his cost.
q. In case of any breach of contract, terms of Agreement and purchase order and its conditions,
the decision of the Tender Inviting Authority is final and binding on the tenderer.
r. Payment will be made by this office for all supplies.
s. Rejected goods or materials shall be removed at expenses of tenderer within seven days after
notice shall have been given to the tenderer of the rejection. If not so taken away, the Tender
Inviting Authority may cause the goods or materials to be removed and charge the tenderer
with all expenses incurred in such removal.
t. The contract or any part of share of interest in it not to be transferred or assigned by tenderer
directly or indirectly to any persons whom-so-ever without the written consent of the Tender
Inviting Authority.
u. In the case of partnership firm, the firm should submit a copy of the partnership deed duly
attested by a scheduled Bank or a Gazetted Officer. The firm should also indicate the names
of their partners to receive payments of bills from this office.
v. The selected firm should submit Performance deposit within 7 days from the date of receipt
of communication of this office, or otherwise, the propose purchase order will be cancelled
and further action taken.
w. Tenderers should submit the required documents as mentioned above. After the opening of
Pre-Qualification bid no further correspondence will be entertained.
x. In case of any dispute, the matter can be referred to competent Court at Hyderabad City only
and not anywhere else.
y. The prices of the items, after finalization, should be valid for a period of (90) days.
5) Inspection & Tests after delivery and installation of the equipment
The Purchaser or by an Agency authorized by purchaser shall have the right to Inspect and/or test
the Goods for conformity to the Contract Specifications.
The inspection and tests will be conducted in the premises of the Supplier or at point of delivery
at the discretion of purchaser.
In case any inspected or tested goods fail to conform to the specifications, the Purchaser may
reject the consignment and the supplier shall either replace the rejected goods/consignment or
make all alterations necessary to meet specifications requirement free of cost to the Purchaser.
For the purpose of taking over the equipment supplied pursuant to this Contract, an acceptance
test shall be carried out at the Purchaser / Consignee destination site. The Purchaser shall only
accept the equipment that meets the acceptance test.
Acceptance test at site shall be conducted as per procedures to be mutually decided with the
successful bidder at the time of order placement.
6) Delivery
Delivery of the goods at designated sites shall be completed by the Supplier in accordance with the
terms & conditions specified by the Purchaser within 10 (Ten) days from the date of award of
Contract / Purchase Order. The installation/ operationalisation of equipment shall have to be
completed within 15 days from the date of award of contract / purchase order.
7) Delay in the Supplier’s Performance
Delivery of the Goods and performance of services shall be made by the supplier in accordance with
the time schedule specified by the Purchaser in its Schedule of Requirements. All unexcused delay
by the Supplier in the performance of its delivery obligations shall render the supplier liable to any or
all of the following sanctions forfeiture of its performance security bank guarantee, imposition of
liquidated damages and/or termination of the contract for default.
8) Liquidated Damages:
Graded liquidated damages for delay in delivery of all or any goods or performance of services will
be liable for as under:
a) first 15 days @ 1% of the value of the goods.
b) next 15 days @ 2% of the value of the goods.
c) for delay of one month or over and up to 2 months @ 4% of the value of the goods.
d) beyond 2 months and up to 3 months @ 5% of the value of the goods and
e) on expiry of 3 months the contract would automatically get nullified and Bank
Guarantee would be invoked.
Decision of the Commissioner of Police, Hyderabad City shall be final in the above matter.
9) Packing, Forwarding and Shipment
The contractor shall provide proper packing of the Goods to prevent their damage or
deterioration during transit to the final destination site. The contractor shall notify the Consignee
/ Purchaser, the date of (each) shipment from his works and the expected date of arrival of goods
at the site.
10) Insurance :
The equipment to be delivered should be insured to till delivery is done at destination.
11) Payment Terms
100% against supply and installation of material in good working condition.
12) Contract Amendments
No variation in or modification of the terms of the contract shall be made except by written
amendment signed by the parties.
13) Resolution of Disputes
a) Notwithstanding, anything contained in terms of offer by the suppliers, no suit in regard
to any matters whatsoever arising out of contracts placed by the department, shall be instituted in
any court, save the Court of competent jurisdiction at Hyderabad (Telangana State)
b) 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 specially provided for by these or the special conditions), the same shall be referred
to the sole arbitration of the Principal Secretary, IT & C Department, Govt. of Telangana State,
Hyderabad or of some other person appointed by him. It will be no objection that the Arbitrator
is a Government servant that he had to deal with 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. In case of any dispute, the matter can be referred to competent court at
Hyderabad City only and not anywhere else.
14) Termination for default
The purchaser may without prejudice to any other breach of contract, by written notice if default
sent to the Bidder, terminate the contract in whole or in part.
a. If the Bidder fails to deliver any or all of the Goods within the time period(s) specified in the
contract, or
b. If the Bidder fails to perform any other obligation(s) under the contract.
15) Force Majeure
The Bidder shall not be liable for forfeiture of its performance security, liquidated damages or
termination for default, if the delay in performance or other failure to perform its obligations
under the contract is the result of an event of Force majeure. For purposes of this clause “Force
majeure” means an event beyond the control of the Bidder and not involving the Bidder’s fault
or negligence and not foreseeable. Such events may include, but are not restricted to acts of the
Purchaser either in its sovereign or contractual capacity, wars or revolutions, fires, floods,
epidemics, quarantine restrictions and freight embargoes. The bidder has to establish to
satisfaction of the purchaser, the occurrence of Force Majeure event. Intimation of force majeure
occurrence or cause and cessation thereof shall be given by the bidder to the purchaser
immediately on its happening or cessation and in any case within 15 days and representation
may be made to the purchaser for extension of the date of completion of the work by such
period. Extension shall be granted after purchaser’s full satisfaction of the merit of the case. The
date of performance shall be extended to the period of continuance of force majeure event. If
however the period of such occurrence or cause continues or is likely to continue for a period,
which is considered undesirable by the purchaser, the purchaser may terminate the contract.
20) Canvassing
Bidders are hereby warned that canvassing in any form for influencing the process of
Notification of Award would result in disqualification of the Bidder.
Commissioner of Police,
Hyderabad City.
SIGNATURE OF TENDERER ______________________________
NAME IN BLOCK LETTERS _________________________________
FULL ADDRESS ___________________________________________
COMPANY’S STAMP/ SEAL ________________________________________
Tender No. L&O/Stores/926/2016
(Annexure PQ1) To be enclosed with Pre-qualification Bid
PARTICULARS OF TURNOVER OF VENDOR IN REVENUE
Name of the Bidder:
Particulars of Turnover in the last three years as per audited accounts (Rupees in Lakhs)
Financial
Year
Turnover of the Company Net Profit
2013- 2014
2014-2015
2015-2016
1. The Audited Balance Sheets for the last three years have to be enclosed herewith.
(Signature & seal of the Bidder)
Tender No. L&O/Stores/926 /2016
(Annexure – PQ-2 ) To be enclosed with Pre-qualification Bid
DECLARATION REGARDING CLEAN TRACK RECORD
To
The Commissioner of Police,
Hyderabad City.
Sir,
Sub:- Declaration of Clean Track Record – Submitted – Reg.
Ref:- Tender No. L&O/Stores/926/2016
I have carefully gone through Terms & Conditions contained in the Tender document. I hereby
declare that my company / consortium partners has not been debarred / blacklisted as on Tender calling
date by any State Govt., Central Govt., Central & State Government Undertakings / Enterprises /
Organisations and by any other Quasi Govt. Bodies / Organisations, Major Private Organisations in India
for non-satisfactory past performance, corrupt, fraudulent or any other unethical business practices.
Further, declaring that no cases pending against the firm / organisation either Govt. (State or Central) or
as mentioned above for involvement in cases for supply of sub-standard goods / materials or track record
of supply of inferior quality or no enquiries on past supplies are being conducted or underway. I further
certify that I am competent Officer in my company to make this declaration.
Yours faithfully,
(Signature of the Bidder)
Name:
Designation:
Seal:
Date:
Business Address:
Tender No. L&O/Stores/926/2016
(Annexure- PQ-3) To be enclosed with Pre-qualification Bid
CHECKLIST FOR PRE-QUALIFICATION BID
Sl.
No.
Annexure
No.
Description Enclosed
(Y/N/NA)
1 -- Tender document cost/Process Fee of Rs.1500/- in the form of Demand
Draft.
2 -- Bid Security / Earnest Money Deposit (EMD) for each of the schedules.
3. --
Certificate of Registration of the Firm/company, partnership deed (in
case of partnership).
3 PQ1
Audited Balance Sheet(s) and turnover figures of Indian Operation, as
the case may be, for the last three financial years (the bidders should
have minimum average Annual turnover of Rs.10,00,000/- on Sales for
the last three financial years in India) and Income Tax Assessment
report for the years 2013-2014, 2014-2015 & 2015-2016 Annexure –
PQ1).
4 PQ2
Letter of undertaking from the Bidder / Manufacturer stating that they
have not been blacklisted by any State Government / Central
Government / PSU for any reason in the last five financial years, which
is duly signed by the Officer competent and having the power of
attorney.
5 PQ3 Check List
(Signature & seal of the Bidder)
Tender No. L&O/Stores/926/2016
(Annexure - T1) To be enclosed with Technical bid
BIDDER PARTICULARS
1. Name of the Bidder:
2. Address of the Bidder:
3. Name & address of the Officer to whom all references shall be made regarding this tender
Enquiry:
Telephone : Fax : E.mail :
Witness :
Signature Signature
Name Name
Address Designation
Company
Date Company Seal
Tender No. L&O/Stores/926/2016
(Annexure T2) To be enclosed with Technical Bid
BID FORM
To
The Commissioner of Police,
Hyderabad City.
Sir,
Sub:- Supply of _______________________________ – submission of required bid
document/information - Regarding.
Ref:- Tender No. L&O/Stores/926/2016, Dated. /11/2016.
oOo
Having examined the Bid Documents of Tender No. L&O/Stores/926/2016, Dated: /11/2016,
we the undersigned, offer to supply and deliver _____________ ___________ (Description of Goods and
Services) in conformity with the said Bid Documents for sums as may be ascertained in accordance with
the Schedule of Prices provided in the Commercial Bid.
(i) We undertake, if our bid is accepted, to commence and complete delivery of all the items
specified days. If our bid is accepted, we will obtain the Guarantee of a Nationalised / Scheduled
Bank for a sum equivalent to 10% of the Contract Price (rounded to nearest thousand), for the due
Performance of the Contract.
(ii) We agree to abide by this bid for a period of 90 days from the date fixed for bid opening and it
shall remain binding upon us and may be accepted to at any time before the expiration of that
period.
(iii) We declare that, no criminal case is pending against our company and/or any of its director(s) or
partner(s).
(iv) We understand that you are not bound to accept the lowest or any bid you may receive.
(v) We also understand that you have the right to vary the quantities and / or cancel the bid without
assigning any reason.
Dated: ----------------------------------------- day ---------------------------of 2016
Signature & seal _____________________
(in the capacity of)
Authorized to sign bid for and on behalf of__________________________
Tender No. L&O/Stores/926/2016
(Annexure T3) To be enclosed with Technical Bid
TECHNICAL SPECIFICATIONS COMPLIANCE STATEMENTS
SPORTS ITEMS
Sl.
No.
Name of the item
Compliance of Technical
specifications (Y/N/NA)
1. Wheel Barrow
2. Stop Watches
3. Vertical Rope with Poles
4. Skipping Ropes
5. Volley Ball Nets
6. Foot Balls
7. Horse Jump (Wooden)
8. Halting mats for Horse Jump
9. Chin-up Beams
10. Base Drum
11. Hand Ball
12. Basket Ball
ELECTRICAL ITEMS
1. Pedestal fans (Big)
2. Amplifiers
3. 500 Amplifier
4. Speaker cables
5. Tube Light Fittings
6. Emergency light
7. Ceiling Fans
8. Laser Indicating Pointers
9. Spike Protectors
10. Multimedia cable for teaching Lab
11. 9V BTYS Charges
12. 9V BTYS Rechargeable
13. Bell
14. Siren
15. Pointers
16. Speaker Wire
AUDIO ITEMS
1. Speakers (Class Rooms)
2. Speakers 100 watts (outdoor grounds)
3. Collar mikes
4. Cordless mikes
5. Cordless Micro Phone with Head Set
6. Micro Phone Stand Small
7. Micro Phone with cable (15 mts) – Bundles
8. Podium with micro phone
9. Mobile Mike Sets
COMPUTER AND OTHER RELATED ITEMS
1. Laptops
2. Hub Switch LAN to connect with all computers
3. VGA cable
4. Fax Machine
5. Investigation kit
GENERAL ITEMS
1. Wall Clock
2. G.P.S
3. Compass
4. Service Protractor
5. Day Binoculars
6. Dragon lights
7. Air Coolers
8. Shoe Stand
9. Black boards with stands
10. White boards with stands
11. Notice Boards
12. Fogging machine
13. Roller for ground levelling
14. Crockery set
15. Pockers
16. Manela ropes in meters
17. Rolling mats
18. Fort Walls
19. Floor Mat
20 Wheel Barrow
21. Fig.2 Targets
22. 1x1 Targets
23. Snap Targets
Date
Signature & Seal of the Bidder
For_________________
Tender No. L&O/Stores/926/2015-16
(Annexure- T4) To be enclosed with Technical Bid
CHECKLIST FOR TECHNICAL BID
Sl.
No.
Annexure
No.
Description Enclosed
(Y/N/NA)
1 T1 Bidder particulars
2 T2 Bid Form
3 T3 Technical specifications of the equipment
4 T4 Check List
(Signature & seal of the Bidder)
Tender No. L&O/Stores/926/2016
(Annexure – C1) To be enclosed with Commercial Bid
PRICE-SCHEDULE
To
The Commissioner of Police,
Hyderabad City.
Sir,
Sub:- Supply of ____________________________ – Submission of prices quoted for items in
Tender - Regarding.
Ref: Tender No. L&O/Stores/926/2016.
oOo
We declare and certify that we offer to supply the following items at the prices indicated below:
SCHEDULE-I
SPORTS ITEMS
Sl.
No.
Name of the item
Rate per unit
1. Wheel Barrow
2. Stop Watches
3. Vertical Rope with Poles
4. Skipping Ropes
5. Volley Ball Nets
6. Foot Balls
7. Horse Jump (Wooden)
8. Halting mats for Horse Jump
9. Chin-up Beams
10. Base Drum
11. Hand Ball
12. Basket Ball
SCHEDULE-II
ELECTRICAL ITEMS
Sl.
No.
Name of the item
Rate
1. Pedestal fans (Big)
2. Amplifiers
3. 500 Amplifier
4. Speaker cables
5. Tube Light Fittings
6. Emergency light
7. Ceiling Fans
8. Laser Indicating Pointers
9. Spike Protectors
10. Multimedia cable for teaching Lab
11. 9V BTYS Charges
12. 9V BTYS Rechargeable
13. Bell
14. Siren
15. Pointers
16. Speaker Wire
SCHEDULE-III
AUDIO SYSTEM
Sl.
No.
Name of the item
Rate
1. Speakers (Class Rooms)
2. Speakers 100 watts (outdoor grounds)
3. Collar mikes
4. Cordless mikes
5. Cordless Micro Phone with Head Set
6. Micro Phone Stand Small
7. Micro Phone with cable (15 Mts.) – Bundles
8. Podium with micro phone
9. Mobile Mike Sets
SCHEDULE-IV
COMPUTER AND OTHER RELATED ITEMS
Sl.
No.
Name of the item
Rate
1. Laptops
2. Hub Switch LAN to connect with all computers
3. VGA cable
4. Fax Machine
5. Investigation kit
SCHEDULE-V
GENERAL ITEMS
Sl.
No.
Name of the item
Rate
1. Wall Clock
2. G.P.S
3. Compass
4. Service Protractor
5. Day Binoculars
6. Dragon lights
7. Air Coolers
8. Shoe Stand
9. Black boards with stands
10. White boards with stands
11. Notice Boards
12. Fogging machine
13. Roller for ground levelling
14. Crockery set
15. Pockers
16. Manela ropes in meters
17. Rolling mats
18. Fort Walls
19. Floor Mat
20. Wheel Barrow
21. Fig.2 Targets
22. 1x1 Targets
23. Snap Targets
Note: Unit Price inclusive of all applicable taxes/delivery at designated place in Hyderabad City: -
It is hereby certified that we have understood the instructions to Bidders and all the terms &
conditions specified in the Tender Document and are thoroughly aware of the nature of item required to
be supplied. We agree to abide by all the Tender terms and conditions.
We hereby offer to supply the item detailed above or such portion(s) thereof as you specify in the
Notification of Award.
Dated___________2016____________ (Signature & seal of Bidder)
Note: Price schedule should be filled in INR