TENDER DOCUMENT (E-Procurement – Two part tender) Title –

TENDER DOCUMENT
(E-Procurement – Two part tender)
Tender No: KSEDC/KEC/SSG/PUR/KPKSD/3409/13-14 dated 05.02.2014
Title – LABOUR WORK FOR INSTALLATION OF CCTV SYSTEM &
SUPPLY OF INSTALLATION ACCESSORIES AT KASARGOD
KERALA STATE ELECTRONICS DEVELOPMENT CORPORATION LIMITED
(A Government of Kerala Undertaking)
Keltron Equipment Complex, Karakulam
Thiruvananthapuram , Kerala– 695564,
Tel: 0472-2888999 Fax: 0472-2888736, 2888121
Email: [email protected]
INDIA
-1-
SECTION–1
NOTICE INVITING TENDER
Tender No.: KSEDC/KEC/SSG/PUR/KPKSD/3409/13-14 dated 05.02.2014
1. Kerala State Electronics Development Corporation Limited (Herein as referred to as KELTRON)
invites e-tenders from Registered Vendors under Company Act, Authorized Distributor / Authorized
Dealer for LABOUR WORK FOR INSTALLATION OF CCTV SYSTEM &SUPPLY OF INSTALLATION
ACCESSORIES AT KASARGOD as per the Schedule of Requirement given in the General Terms &
Conditions of the Tender.
2. The items shall be delivered to our Stores at Trivandrum within 10 days from the date of P.O.
Schedule of Requirements
Sl.
No.
Item Description
TENDER
FEE (Rs.)
EMD
Amount
(Rs.)
10000/-
65000/-
LABOUR WORK FOR INSTALLATION OF CCTV
SYSTEM & SUPPLY OF INSTALLATION
1
ACCESSORIES AT KASARGOD
3. The tender document should be submitted as per formats along with all relevant documents in
support of qualifications and experience.
4. Important Dates & Time of the Tender shall be as below –
Tender Notification:
KSEDC/KEC/SSG/PUR/KPKSD/34
09/13-14 dated 05.02.2014
Request for clarification, if any
from bidders.
Uploading of e-tender
Opening of Pre-Qualification
cum Technical Bid. Opening of
commercial Bid will be intimated
later.
-2-
05.02.2014
http://etenders.kerala.gov.in/nicgep/app
06.02.2014
07.01.2014
05.2.2014
20.02.2014
Tender should be submitted online in
“etenders.kerala.gov.in”
5. Tender Documents shall be available only on the Internet and shall not be available for sales
elsewhere.
6. KELTRON reserves the right to amend or cancel the tender in part or in full without prior notice at
any point of time
7. Keltron reserves the right to reject the bid of parties who have failed to provide adequate after sales
support for the products supplied against various orders.
8. Supplier shall provide access to their Website so that Keltron can verify whether the warranty and
coverage / scope details are updated in the website as per the order.
9. In the event of failure to deliver the materials as per the agreed delivery schedule, we should be
entitled to recover a sum equivalent to 1% of the value of materials not supplied in time for every
15 days delay or part thereof subject to a maximum of 10% value. Also if the supplies are not
within control, the buyer is entitled to cancel the order and make necessary alternative immediate
arrangements. Furthermore, if the delay exceeds 21 days after the scheduled date of supply, such
suppliers will not be considered for the subsequent tenders.
10. The Special Instructions to the Contractors/Bidders for the e-submission of the bids are given
under “Help to Contractors” in website http://etenders.kerala.gov.in/nicgep/app
HeadPurchase
Kerala State Electronics Development Corporation Ltd.
Keltron Equipment Complex, Karakulam
Thiruvananthapuram, Kerala– 695564,
Tel: 0472-2888999 Fax: 0472-2888736, 2888121
Email: [email protected]
INDIA
-3-
SECTION – 2
INSTRUCTIONS TO BIDDERS
1. INTRODUCTION - DEFINITIONS
1.1 “KELTRON / The Buyer” means Kerala State Electronics Development Corporation Limited.
1.2 "The Bidder / Vendor" means the individual or firm or company who participates in this tender and
submits its bid.
1.3 "The Supplier / Contractor" means the individual or firm making up the supply / work defined in the
Notice Inviting Tender.
1.4 "The Supply Order/Purchase Order" means the order placed for the Labour work for installation of
cctv system & Supply of installation accessories at kasargod
1.5 "The Contract Price" means the price payable to the Contractor under the Supply Order / Purchase
Order for the full and proper performance of its contractual obligations.
1.6 “Non-Responsive Bid” means a bid, which is not submitted in line with the tender requirements Invitation to Bidders, General Terms and Conditions of the Tender, Special Terms and Conditions
of the Tender and other conditions in the tender documents, Tender Fee etc.
2
ELIGIBILITY CRITERIA
2.1 Eligibility for Pre-Qualification of Tender submitted 2.1.1 Bidders who are black listed by State / Central Government departments and
organizations are not eligible to participate in this tender and such bids will be
summarily rejected.
2.1.2 Bids containing Products of black listed companies will also be rejected
2.1.3 Documents to be submitted along with the Pre-Qualification cum Commercial bid of
Tender Document
2.1.3.1
Certificate of Incorporation or Registration of the Firm / Authorized
Distributor Certificate / Authorized Dealer Certificate.
2.1.3.2
Detailed list of Service centers of OEM in Kerala with contact name and No.
In letter head.
2.1.3.3
OEM authorization letter.
2.1.3.4
Unpriced BOQ with make and model shall be submitted
2.1.3.5
Letter for Un-conditional Acceptance of Terms & Conditions of tender in the
Format listed as Annexure- 2 of the Tender Document.
2.1.3.6
The vendor should carried out similar work successfully and attach
the order copy & performance certificate. The similar work means the party
should have carried out one work for a value of ` 40 lakh or the party should have
carried out two work order of a value of `20 lakh.
COST OF BIDDING
2.2 The Bidder shall bear all costs associated with the preparation and submission of the bid. The Buyer,
will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the
bidding process.
-4-
3
BID DOCUMENTS
3.1 The required materials, bidding procedures and contract terms are prescribed in the Bid Documents.
The Bid Documents include3.1.1 Section
I
Notice Inviting Tender
3.1.2 Section
II
Instructions to Bidders
3.1.3 Section
III
General Terms & Conditions of the Tender
3.1.4 Section
IV
Special Conditions of the Tender
3.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid
Documents. Failure to furnish all information required as per the Bid Documents or submission of
bids non-responsive to the Bid Documents in every respect will result in rejection of the bid.
4
AMENDMENTS TO BID DOCUMENTS
4.1 At any time, prior to the date of submission of bids, the Buyer may, for any reason, whether at its
own initiative or in response to a clarification requested by a prospective Bidder, modify the bid
documents by amendments.
4.2 The amendments shall be notified and published in the location from where the original tender
documents were made available for download as notified in the Tender Notification.
5
PREPARATION OF BIDS - DOCUMENTS COMPRISING THE BID
5.1 The bid shall be as follows:
“Cover 1”: PRE-QUALIFICATION CUM TECHNICAL BID
5.2 The Cover 1 shall contain:
5.2.1 Certificate of Incorporation or Registration of the Firm and OEM authorization
letter.
5.2.2 Bidder Information Letter in Bidder’s Original Letter Head in the Format listed
as Annexure-1.
5.2.3 Bid Form in the Format listed as Annexure-2.
5.2.4
Compliance statement of the items offered
5.2.5
Unpriced BOQ
5.2.6 Previous Work order of similar work of (40 lakh/Two work orders worth 20
lakh) executed successfully by the vendor and performance certificate.
6. The Cover 2 shall contain:
6.3.1 BOQ( Commercial Bid)
7. Bid Submission
7.1 The bidder shall submit the above tender document online in PDF/xls/rar/dwf formats well in
advance before the prescribed time.
-5-
8. BID PRICES
8.1
Prices in the Commercial bid format shall be entered in the following manner:
8.1.1 The Basic Unit Rate of the Item in Rs. and Kerala VAT amount / CST amount in Rs.
shall be entered in the respective cells of the format. Since we are able to avail
KVAT Credit, weightage should be given - if your billing should be done from
inside Kerala. For CST billing – ‘C” forms will be arranged by us. Hence the
quote should be on concessional tax rates only. Similarly preference will be given on
EXCISE billing. We are able to avail CENVAT credit, for this Excise duty portion.
Hence we are deducting this ED amount from the total value.
8.2
The rate quoted by the bidder shall be on F.O.R our stores basis Testing Installation and
Commissioning at site.
8.3
The bidder shall quote the rates in numerals. The rates shall be in whole numbers
8.4
All expenses incurred during delivery of the item at destination including unloading charges has to be
borne by the bidder
9. DOCUMENTS ESTABLISHING ITEMS CONFORMITY TO BID DOCUMENTS
9.1 The bidder shall furnish, as part of his bid, documents establishing the conformity of his bid to
the Bid document of all Items and services, which he proposes to supply under the Contract.
Submission shall be as follows:
9.1.1
Bidder must attach required technical brochures / literatures / data sheets for all the
products asked in the tender to ensure that compliance to all the specifications given in the
tender document can be verified. All the brochures/literature/datasheets shall be counter
signed and stamped by the vendor or authorized signatory of vendor. Non-availability of
specifications (as mentioned in the tender document) in the brochure/literature will be
treated as non-compliance and no clarifications shall be asked in this regard. If bidder fails
to submit the required brochures/literatures along with the tender document, it shall be
treated as non-compliance and may lead to outright rejection of bid submitted by bidder.
No clarifications in this regard shall be sought from the bidder.
9.1.2
Each specifications sought shall be marked or highlighted in the attached brochures /
literatures / data sheets. The brochures / literatures / data sheets shall be superscripted with
the Item Number and shall be arranged sequentially. The supporting documents shall
carry all the required specifications and same shall be marked.
9.1.3
The compliance statement submitted shall be duly supported by technical literature,
equipment brochures & other related reports / documents from the OEM. The compliance
statement not supported by the documentary evidence shall not be considered. Such bids
shall be considered as non-responsive and may result in rejection on technical grounds.
-6-
10 PERIOD OF VALIDITY OF TENDER (BID)
10.1 The Tender (Bid) shall remain valid up to 31st july 2014. The bidder shall not be entitled to revoke or
cancel the offer or to vary any term thereof, during the said period of validity without the consent in
writing of the Buyer.
10.2 If there is any delay in finalization of the tender due to unforeseen factors, all the bidders shall be
asked to extend the validity for an appropriate period, specifying a date by which tender is expected to be
finalized. The request and the responses thereto shall be made in writing. The tender process will not be
vitiated if any tenderer declines to extend the offer as requested for.
11
BID OPENING AND EVALUATION - OPENING OF PRE-QUALIFICATION CUM
TECHNICAL BIDS:
11.1
The Buyer shall open Pre-qualification cum Technical Bid on the Tender Opening Time and Date
as notified in the Tender Notification.
12
EVALUATIONS AND COMPARISON OF SUBSTANTIALLY RESPONSIVE TECHNICAL
BIDS:
12.1
The Buyer shall evaluate in detail the Technical Bids (Cover I) and determine whether the bid
complies with all the Qualitative Requirements (QRs) and shall be treated at par for the purpose of
financial comparison.
13
13.1
OPENING OF THE COMMERCIAL BIDS:
Commercial Bids (Cover II) of those vendors who qualify technically shall be opened.
13.2
The comparison of evaluation shall be of the total cost of the bid, inclusive of all taxes, levies and
charges.
14
CONTACTING THE BUYER
14.1 Canvassing in any form in connection with the tenders is strictly prohibited. No bidder shall try to
influence directly or through external source, the Buyer on any matter relating to its bid, from the time of
publication of the Tender Notification till the time the contract is awarded.
14.2 Any effort by a bidder to influence the Buyer in the bid evaluation, bid comparison or contract award
decisions shall result in the rejection of the bid, and such actions will be considered as bad performance
for future Tenders.
15 AWARD OF CONTRACT
15.1
The acceptance of the tender will be intimated to the successful bidder by the Buyer.
15.2 The Buyer shall be the sole judge in the matter of award of contract and decision of the Buyer shall
be final and binding.
15.3
The buyer reserves the right to accept or reject the tender in full or part.
15.4 The buyer reserves the right to cancel the contract either in part or full, if the contractor fails to
deliver the specified quantity of the item at the stipulated time, and award the same to the next successful
bidder. RIGHT TO ACCEPT OR REJECT THE TENDERS
15.5 The right to accept the tender in full or in part/parts will rest with the Buyer. However, the Buyer
does not bind itself to accept the lowest tender and reserves to itself the authority to reject any or all the
tenders received without assigning any reason whatsoever.
15.6 Tenders not accompanied with prescribed information or are incomplete in any respect, and/or not
meeting prescribed conditions, shall be considered as non-responsive and are liable to be rejected.
-7-
15.7 The Buyer reserves the right to accept or reject any bid or a part of the bid or to annul the bidding
process and reject all bids, at any time prior to award of contract without assigning any reason
whatsoever and without thereby incurring any liability to the affected bidder or bidders on the grounds
for the Buyer’s action.
15.8 The specifications indicated in the Tender Notification are the minimum and bids of the firms
not complying with these minimum requirements or having deviations equivalent to the minimum
requirements shall be rejected. However, higher than the minimum requirements shall be
technically acceptable without any additional financial implication.
15.9
PERFORMANCE GUARANTEE
1. The offer shall be inclusive of a comprehensive onsite Performance Guarantee for 15months for all the
items fromthe date of commissioning. The supplier shall maintain systems and peripherals supplied and
installed under this contract in accordance with the provisions laid down in the clauses below.
2 .The supplier shall provide the following services under the performance guarantee to keep the systems
and peripherals in good working order.
a. Unscheduled on call corrective and remedial maintenance service to set right the malfunctioning
of the system. This includes replacement of unserviceable parts. The parts replaced will either be new
parts or equivalent in performance to new parts. In the case of a part, the defective part removed from
the system will become the property of the supplier,
3. Service Assurance:
The supplier shall also ensure an availability of 95%( minimum) for all the systems & accessories
on a yearly basis. This means that all the systems & accessories covered under this performance
guarantee clause shall be in operating condition at least on 95% of the normal working hours in a
year. The bidder should support at the site during the entire warrenty period with manpower and
materials whenever support is required for keltron
4. DOWNTIME PENALTY
a. Downtime penalty will be charged for completing the calls after the time allowed viz. four hours/ 48
Hours.
b. Downtime penalty shall be settled every year failing which the amount due to M/s Keltron is liable to
be realized from the Bank Guarantee furnished by the supplier. The downtime penalty will be Rs.500
per day per Field hardware unit. Downtime penalty shall be settled every year failing which the
amount due to M/s Keltron is liable to be realised from the Bank Guarantee furnished by the supplier.
5. TERMS OF PERFORMANCE GUARANTEE
(a) . If the User is not able to hand over the system to the supplier’s engineer for maintenance purpose,
such time will not be considered for the down time penalty.
(b) . In case of intermittent failures and repetitive problems due to improper diagnosis or repair, the
System will be treated as continuously down.
The supplier is not liable for problems arising out of breakdown or services or spares cost, arising out
Of damages caused due to mishandling of any equipment by user, fire, theft, riots, accidents
earthquakes, storm and other natural calamities.
(c). To monitor the maintenance activity and to discuss other related matters, periodic meeting between
M/s Keltron and the supplier will be held at Keltron Equipment complex TVPM..
(d). FORCE MAJEURE: The supplier shall not be liable or deemed to be default of any delay or failure
in performance stated herein resulting directly or indirectly from causes beyond its reasonable
control. If the supplier is prevented from performing its function under the instrument for a period
longer than six months, the supplier’s liability ceases. Then both the parties shall discuss the course
ofaction to be taken afterwards.
-8-
SECTION – 3
GENERAL TERMS & CONDITIONS OF THE CONTRACT
1
Purpose & Scope
1.1 This tender document includes details like quantity, delivery, location to be delivered and make
etc.
2
Compliance
2.1 The unconditional acceptance of all the terms & conditions of the Tender Notification has to be
submitted through this website. The format of the letter is attached at Annexure-2.
2.2 The submission of the tender will imply acceptance of all the tender condition by the bidder laid
in tender document including all the Annexure(s) & schedules to the tender document.
2.3 The compliance to the terms & conditions should be supported by authenticated documentation
wherever required.
2.4 Any correction on the Bid not allowed.
3
Standard Conditions.
3.1 Standard printed conditions of the bidder to the offer, other than the conditions specified here,
will not be acceptable.
3.2 In the event of any discrepancy, the rates quoted by the bidder in the "basic unit rate" column will
be the correct basis and not the amount worked out by them.
4
Compensation for Delay
If the successful bidder fails to complete the supply within time fixed under the contract, he shall pay
to KELTRON without prejudge to any other rights or remedy as may be available to the purchaser, an
agreed compensation amount calculated @ 1% for every 15 days, of the total value of the
uncompleted portion of the work, or part thereof subject to a maximum value equal to 10% of the
value of the contract
5
Force Majeure
5.1 KELTRON may grant an extension of time limit set for the completion of the work in case the
timely completion of the work is delayed by force majeure beyond the contractors control, subject
to what is stated in the following sub paragraphs and to the procedures detailed their in being
followed. Force Majeure is defined as an event of effect that cannot reasonably be anticipated
such as acts of God (like earthquakes, flood, storms etc), acts of states, the direct and indirect
consequences of wars (declared or un-declared), hostilities, national emergencies, civil
commotion and strikes (only those which exceed a duration of ten continuous days) at successful
Bidder’s factory. The successful bidder’s right to an extension of the time limit for completion of
the work in above-mentioned cases is subject to the following procedures.
5.1.1 That within 7 days after the occurrence of a case of force Majeure but before the expiry of the
stipulated date of completion, the bidder informs the KELTRON in writing about the occurrence
of Force Majeure Condition (as per Annexure-3 to the tender document) and that the Bidder
considers himself entitled to an extension of the time limit.
5.1.2 That the contractor produces evidence of the date of occurrence and the duration of the force
majeure in an adequate manner by means of documents drawn up by responsible authorities.
5.1.3 That the contractor proves that the said conditions have actually been interfered with the
carrying out of the contract.
-9-
5.2 Apart from the extension of the time limit, force majeure does not entitle the successful bidder to
any relaxation or to any compensation of damage or loss suffered.
6
Patents, Successful bidder's Liability & Compliance of Regulations
6.1 Successful bidder shall protect and fully indemnify the KELTRON from any claims for
infringement of patents, copyright, trademark, license violation or the like.
6.2 Successful bidder shall also protect and fully indemnify the KELTRON from any claims from
successful bidder's workmen/employees, their heirs, dependents, representatives etc or from any
person(s) or bodies/ companies etc. for any act of commission or omission while executing the
order.
6.3 Successful bidder shall be responsible for compliance with all requirements under the laws and
shall protect and indemnify completely the KELTRON from any claims/penalties arising out of
any infringements and indemnify completely the KELTRON from any claims/penalties arising
out of any infringements.
7
Settlement of Disputes
7.1 If a dispute of any kind whatsoever arises between the KELTRON and the Contractor in
connection with, or arising out of the Contract or the execution of the works, whether during the
execution of the Works or after their completion and whether before or after repudiation or after
termination of the contract, including any disagreement by either party with any action, inaction,
opinion, instruction, determination, certificate or valuation of the Project Leader or his nominee,
the matter in dispute shall, in first place be referred to the Executive Director, Keltron who shall
act as the conciliator on the matter. The disputes will firstly be settled by the Conciliator, failing
which any party may invoke arbitration clause.
7.2 Unless the Contract has already been repudiated or terminated or frustrated the Contractor shall in
every case, continue to proceed with the works with all due diligence and the Contractor and
KELTRON shall give effect forthwith to every decision of the Project Leader or his nominee
unless and until the same shall be revised, as hereinafter provided, by the Conciliator or in an
Arbitral Award.
8
Arbitration and Law.
8.1 Except where otherwise provided for in the contract, all questions and disputes relating to the
provisions of this contract shall be settled under the Rules of Indian Arbitration and Conciliation
Act, 1996, within thirty (30) days (or such longer period as may be mutually agreed upon from
the date that either party notifies in writing that such dispute or disagreement exists. The
Managing Director, KELTRON shall appoint the single Arbitrator for settlement of any dispute
with regard to this contract. The venue of Arbitration shall be Thiruvananthapuram, Kerala, India.
The arbitration resolution shall be final and binding upon the parties and judgment may be
entered thereon, upon the application of either party, by any court having jurisdiction.
8.2 Indian laws shall govern this contract.
- 10 -
9
TERMINATION FOR DEFAULT & RISK PURCHASE
9.1 The KELTRON may, without prejudice to any other remedy for breach of contract, by written
notice of default, sent to the Contractor, terminate this Contract in whole or in part in any or the
following events.
9.1.1
If the Contractor fails to deliver any or all of the Items within the time period(s) specified in
the Contract or any extension thereof granted by KELTRON pursuant to Clause 5 of
Section - 3.
9.1.2 If the Contractor fails to perform any other obligation(s) under Contract.
9.1.3 If the Contractor, in either of the above circumstances, does not remedy his failure within a
period of 30 days (or such longer period as KELTRON may authorize in writing) after receipt of
the default notice from KELTRON.
10 TERMINATION FOR INSOLVENCY
10.1 The KELTRON may at any time terminate the Contract by giving written notice to the
supplier, without compensation to the Contractor, if the Contractor becomes bankrupt or
otherwise insolvent as declared by the competent court provided that such termination will not
prejudice or affect any right or action or remedy which has accrued or will accrue thereafter to
KELTRON. In the event of termination for penalty to the contractor.
11 SET OFF
11.1 Any sum of money due and payable to the contractor (including security deposit refundable to
him) under this contract may be appropriated by the Buyer to set off the same against any claim
of the Buyer for payment of a sum of money arising out of this contract made by the Contractor
with Buyer.
12 Contradiction
12.1 In case of any contradiction in or between the clauses above, the more stringent of the clauses
shall prevail.
- 11 -
SECTION - 4
SPECIAL CONDITIONS OF THE CONTRACT
1
Time Schedule & Delivery
The supply should be completed within 2 weeks from the date of confirmed order. Items for
the schedule shall be delivered “F.O.R. our Stores in Trivandrum” Basis (Door Delivery
Basis), in good condition.
2
Payment Terms
No mobilization advance shall be paid.
The payments shall be released to the Contractor subject to fulfillment of the following
conditions Submission of Bills (Invoices) in Triplicate in Form No. 8 & and our QA acceptance.
3
Guarantee / Warranty
Warranty: As per OEM.
The bidder shall attend to and repair or replace the defect/bugs/non-performance of the
equipments detected or reported to the bidder by the buyer during the period of warranty, free
of any additional cost to the buyer.
4.
Substitution & Wrong Supplies
Unauthorized/Pirated substitution or materials delivered in error of wrong description or
quality or supplied in excess quantity or old versions shall be returned to the Contractor at his
cost and risk, and payment for Supply of Unauthorized or Pirated or Sub-Standard or Old equipments detected at any date
during or after warranty shall be notified to the Contractor in writing. Such equipments shall
be replaced forthwith by the Contractor at his own cost. Any penalty or litigations arising out
of such supplies shall be the responsibility of Contractor and any consequential damages shall
be fully compensated by the Contractor.
5. Dispatch Documents
Delivery Challan, Original Commercial Invoice in Triplicate, Original Excise Invoice
(Original for Buyer & Duplicate for Transporter Copies). Warranty Certificate, Test Reports
etc.
6. Change of Specifications
a. No change of specification after the placement of Order shall be entertained unless the
alternate model offered are equivalent or higher in specifications and approval of the
competent authority has been obtained in writing for such a change of model before the
delivery of the product. Delivery of the alternate product without such an approval shall
not be accepted and KELTRON shall not be responsible for any delay in delivery
schedule on this account.
7. INTELLECTUAL PROPERTY RIGHTS
a. KELTRON recognizes the intellectual property rights of the Original Equipment
Manufacturer.
- 12 -
8. The party (Supplier / Implementing agency) shall be an approved vendor / MoU partner
of KELTRON with office in Kerala.
9. The party should submit credential for the successful completion of at least one CCTV
installation for value not less than Rs. 40 Lakhs
10. The party should submit credential for the successful completion of at least one CCTV
installation for the Traffic Surveillance.
11. Only the parties who quote for the entire supply and installation will be considered for
awarding the order.
12. The party shall be responsible for the supply, installation, warranty of the items installed.
13. The party shall carry out the work in compliance with the requirement of the end
customer including routing of cable, and fixing of equipments on the specified locations
without affecting any of the existing infrastructure.
14. The party shall carry out the work with at most care and damage to the infrastructure
shall be made right immediately.
15. The party shall provide / supply any other items required for the successful completion
of the work free of cost, if not mentioned in the attached B.O.Q.
16. It is the responsibility of the successful bidder to liaison with the end Customer (Police
Department) for getting necessary permission from the concerned including Kerala PWD,
Electricity Board, Local Self Government department and any other departments for
carrying out the work.
17. The power for each camera shall be from the nearest KSEB posts through the EB Meter
installed at each Junction. The successful bidder has to apply/arrange the KSEB power
connection in the respective locations and should consider the related expenses while
submitting the quote.
18. The payment shall be made proportionately against the receipt of payment from the end
customer.
19. The successful party shall provide Performance BG for 10% of the value of the order for a
period of 15 months within one week from the date of award of the order.
20. Supply/Work Completion: 40 days from the date of award of order and LD will be
deducted as per our standard terms.
21. Warranty: On site for 15 months from the date of completion of the work including
unpredictable situations such as damage to Poles, Cables by the hitting of the Vehicles,
natural calamity, falling of trees etc and repair/reinstate within 24 hours on intimation
by e-mail/phone by the authority.
22. The Vendor shall quote for AMC for the next 5 years after warranty and payment will be
made on half yearly basis after the successful completion of every 6 months. Separate
agreement/contract to be signed by the successful bidder.
23. The successful tenderer will be required to attend the negotiation on a date fixed by
KELTRON.
- 13 -
24. An agreement should be executed between KELTRON and Successful tenderer after
accepting the tender.
25. The supplier agrees to supply strictly as per the order terms in respect of quantity and
quality and will be free from defects in material.
26. KELTRON reserves the right not to receive material beyond the delivery date given in the
order Any replacement product should be new, provided that it has functionality equal to
that of the product being replaced.
27. If the Products supplied are not as per the specifications in the tender; it will be
summarily rejected and may result in blacklisting the Vendor.
28. Delivery of the products should be on site as specified by KELTRON with in Kerala.
29. The following documents should accompany the consignment
• Invoice in triplicate in VAT FORM 8A, Delivery Note/Chelan
• Technical Manual or Data sheets
30. • Specification : material should be offered strictly confirming Make/Model specified in
the tender ( copy of leaf let/ broachers to be attached)
31. Rate: All rates quoted should be inclusive of all taxes, installation, transportation and
labour charges.
32. Liquidated damages: late deliveries will be subject to liquidated damages @ 0.5% for the
total project value per week.
33. Bidder should rectify any faults within 24Hrs subsequently on handing over site to
government on free of cost.
34. Work schedule has to be submitted before starting work after accepting work order.
35. Work progress should be reported on weekly basis.
36. Bidder will be solely responsible for any complaints, damages, etc occurring on ths site
during the period of work.
37. The successful Bidder shall bring all tools and tackles, instruments and appliances
required for the erection, testing and commissioning. These instruments shall be
compliant with all statutory requirements as per the relevant rules.
38. The works under execution shall always be open to the Inspection and Supervision of the
Company’ Engineer or his authorized representative. On all questions relating to the
meaning of drawings and specifications and to quality of workmanship and materials
used on the work, the Engineer’s decision shall be final and conclusive.
39. The Contractor may, after informing the Engineer, assign or sub-let the erection works.
Such assignment /sub-letting shall not relieve the Contractor from any obligation, duty or
responsibility under the Contract. Any assignment as above without prior information of
the Engineer shall be void and shall be construed as a Contracting Default.
40. The Contractor shall be familiarized himself with the Contract Labour rules prevailing in
KELTRON, before commencing the works and shall abide by them.
41. On completion of the work the contractor shall remove all temporary structures, debris
etc from the site premises and hand over the site at which he has worked in clean
condition.
42. The contractor shall adhere to all requirements of Quality Environment,
Occupational Health and Safety Management System of the company and
applicable laws of the land.
- 14 -
43. This being a work contract, Income tax as applicable, will be deducted from your bills at
source and certificate shall be issued to that effect.
44. A responsible technically Qualified supervisor “ GRADE A” with license should be employed
by the contractor to supervise the work and he should be available at the work site during
working hours.
45. The contractor shall ensure that labour engaged by him wear Personal
Protective Equipment ( PPE ) appropriate to the job. The contractor in solely responsible for
any injury/loss damage to persons/work/ property due to noncompliance of safety
regulations or otherwise. KELTRON reserves the right to recover the cost of such damage
from the contractors bill.
46. The workmen engaged by the contractor should take particular care not
to cause any damage to any machinery / equipment / material of the Company and in case
any damage is caused the contractor has to make good the loss incurred to the Company by
the negligent action of the contractor / his workmen.
47. The contractor has to abide by the ESI Rules, Income Tax Rules, SalesTax Rules etc. prevailing
during the period of the contract.
48. The contractor will also have to comply with all statutory/ government
provisions/Act/Laws that may arise from time to time as regards the terms and conditions of
services of his employees during the period of contract and all liabilities in this respect will
have to be complied with and all expenses met by him.
49. If the contractor does not turn up within the prescribed period after
receipt and acceptance of the work order, the work will be awarded by inviting fresh tenders
or by private treaty as deemed fit by the company. In such cases, defaulting contractor will be
held liable for making good the loss sustained by the company consequent on his default.
50. You should mention PAN Number in all your Bills, otherwise, we will be
forced to deduct higher rate of TDS.
51. In case of damage to any of the equipment on account of fault,
intentional or unintentional on the part of Contractor, KELTRON reserves the right to recover
the cost of such damage from the Contractor’s bill.
52. . KELTRON is not liable for any loss or damages to the Contractors equipment as a result of
variation in voltage or frequency or interruption in power supply or other losses to the
Contractors arising there from. The failure or short supply of electricity does not relieve the
Contractor of his responsibility for timely completion of the work as stipulated in the
contract.
53. All persons who work with electrical installation/ equipment shall be aware of the electrical
hazards, use of protective devices and safe operational procedures.
54. The contractor shall be available at site or shall keep a competent and fully authorized
representative at site and a letter intimating the posting of authorized representative shall be
given to the owner. The authorized representative shall also supervise the work under the
contract. The orders given by the company to the Contractor’s representative shall be
considered to have the same effect as if they have been given to the Contractor himself. Such
representative shall be authorized to represent the contractor in all matters related to the
contract.
55. Work should be started with in 1 week on receipt of work order and should be
completed with in specified time given by keltron.
- 15 -
ANNEXURE-1
Bidder Information Letter
(To be submitted in Letter Head)
To
Head-Materials,
Keltron Equipment Complex, Karakulam
Thiruvananthapuram
Kerala– 695564,
Title – Labour work for installation of cctv system & Supply of installation accessories at
kasargod
Sir,
With reference to the Tender No: KSEDC/KEC/SSG/PUR/KPKSD/3409/13-14 dated
05.02.2014
I / We have downloaded tender document from the website http://etenders.kerala.gov.in/nicgep/app for the
Tender and furnishing the following details for your information.
My / our full address for communication My/our full address on which PO to be
(with Telephone/ FAX Nos.)
placed (with Telephone/ FAX Nos.)
Signature of Bidder
(Seal)
- 16 -
ANNEXURE-2
BID FORM
To
Head-Materials,
Keltron Equipment Complex
Karakulam
Thiruvananthapuram
Kerala– 695564.
Sub: Bid Form
Ref. Tender No.: KSEDC/KEC/SSG/PUR/KPKSD/3409/13-14 dated 05.02.2014
Dear Sir,
1.
2.
3.
4.
5.
6.
Having examined the conditions of tender contract, the receipt of which is hereby duly acknowledged, I / We,
undersigned, offer to labour work for installation of cctv system and supply of installation accessories at KASARGOD
and execute the P.O with tender specifications referred above and also to the said terms & conditions of contract for the
sum shown in the commercial bid(s) attached herewith and made part of this bid.
I / We undertake, if our Bid is accepted, to complete supplies within 10 days.
I / We agree to abide by this Bid up to 31st july 2014 and it shall remain binding upon us and may be accepted at any time
before the expiration of that period.
We understand that you are not bound to accept the lowest or any bid, you may receive.
I / We affirm that I / We have enclosed the acceptance of all terms and conditions and also all brochures detailing the
technical specification of the items quoted by me/us.
The tender document for the
works mentioned above have been obtained
by me from the URL:
http://etenders.kerala.gov.in/nicgep/app, the official website of Govt. of Kerala and I / We hereby certify that I / We have
read the entire terms and conditions of the tender document, which shall form part of the contract agreement and I / We
shall abide by the conditions / clauses contained therein.
7.
I / We hereby unconditionally accept the tender conditions of KELTRON’s tender document in its entirety for the above
supplies.
8.
Our VAT Registration No . …………………………………………………….
9.
Our PAN No…………………………………………………………………
Dated this ………………………..day of………………………………… 2014
Signature of
In capacity of
Duly authorized to sign the bid for and on behalf of --------------------------------------------------Witness 1. -----------------Signature
Name & Address:
Witness 2. -----------------Signature
- 17 -
Name & Address:
ANNEXURE-3
FORMAT FOR INTIMATION OF FORCE MAJEURE OCCURRENCE
To,
Head-Materials,
Keltron Equipment Complex, Karakulam
Thiruvananthapuram,
Kerala– 695564,
.
Name of Work: Labour work for installation of cctv system & Supply of installation accessories
at kasargod
Tender No: KSEDC/KEC/SSG/PUR/KPKSD/3409/13-14 dated 05.02.2014
Subject: Intimation regarding Force Majeure Case
Sir,
Pursuant to Clause #6, Section 3 - FORCE MAJEURE, it is for your kind information that a case of force
majeure has since occurred. Details are given below:
Date of
occurrence
Detail of
Incident
Activity
affected
Likely Delay Requested
Extension
We are entitled to an extension in the date of completion as requested above. Bar Chart with revised schedule
of activities is attached. Please approve the extension in the time. Evidence of the date of occurrence is also
enclosed.
It is certified that performance of the Contract has been interfered with. It is also certified that the incident
has not occurred due to our own action and that there has not been any lack of action by us in preventing the
occurrence.
We are only claiming the extension in the date of completion of the activity (ies) and not claiming the loss
incurred in the course of the incident.
Yours truly,
(Project Leader)/Contractor
Enclosures:
1.
2.
Revised Bar Chart.
Evidence of the occurrence of the Force Majeure case (….. sheets)
- 18 -
Signature Not Verified
- 19 -
Digitally signed by Sainulabdeen M
Date: 2014.02.05 13:55:06 IST
Location: Kerala