Anda di halaman 1dari 57

--

Bid Document

for

Supply, installation, testing, commissioning and maintenance of


CCTV surveillance system at multiple Locations across India

Tender No: TCIL/15/1758/I/17-MM/14E

Issued on: 30/05/2017

Issued By :

Material Management Division


Fourth Floor,
Fax :+91 (11) 26242266
Tel: +91 (11) 26202020
Email: ggm.mm@tcil-india.com/mmdiv@tcil-india.com
visit us at http://www.tcil-india.com

Telecommunications Consultants India Ltd.


(A Govt. of India Enterprise)
Material Management Division
TCIL Bhawan, Greater Kailash-I
New Delhi – 110048 (India)
Telephone no.:011-26202020, Fax:011-26241865,
website: www.tcil-india.com
Email:tcil@tcil-india.com
CIN No.:U74999DL1978GOI008911

Page 1 of 57
TABLE OF CONTENTS

SECTION TITLE PAGE No.

1. Notice Inviting Tender 3-5

2. Instructions to Bidders 6-17

3. General (Commercial) Conditions of the Contract 18-22

4. Special Conditions 23-26

5. Price Bid Schedule & Bill of Quantity (BOQ) 27-38

6. Scope of Work & Technical Specification 39-50

7. Format of Bid Bond (EMD) 51

8. Format of Performance Bank Guarantee (PBG) 52

9. Bid Submission Form 53-55

10. No Conviction Form 56

11. Integrity Pact 57-62

Page 2 of 57
SECTION-1

Tender No.: TCIL/15/1758/I/17-MM/14E 30/05/2017

NOTICE INVITING TENDER

Electronic tenders are invited from eligible bidders for supply, installation, testing, commissioning
and maintenance of CCTV surveillance system at multiple locations across India.
Submission of Online Bids is mandatory for this Tender. Detailed instructions are given in
Section-2 of this Tender Document.

1. Important Dates

Date of Posting of NIT on TCIL’s e-Tendering Portal : 30-05-2017


Start Date & Time of Procurement of tender documents : 30-05-2017, 20: 00 hrs.
Last date & time for seeking clarification, if any : 09-06-2017, 18: 00 hrs.
Last Date of request for Training (e-tendering) : 12-06-2017
Date of Training to Bidders : 13-06-2017
Last date & time of procurement/downloading : 20-06-2017, 13: 00 hrs
of tender documents
Last date & time for Online submission of Bids : 20-06-2017, 15: 00 hrs.
Online Opening of Technical Part (Part-I) : 20-06-2017, 15: 30 hrs.
Online Opening of Financial Part (Part-II) : To be notified later

Training for e-tendering is optional. However, it is recommended that bidders participating for
the first time in e-Tender should undergo the training conducted at TCIL Bhawan by paying the
requisite fee (as per clause 2.26.11). Intending bidders may send their request for training to
Email IDs: cksingh@tcil-india.com or neha.yadav@tcil-india.com and ets_support@tcil-
india.com
Bidders are advised to visit the TCIL’s e-tendering (ETS) portal (https://www.tcil-india-
electronictender.com) regularly for updates/amendments, if any.

2. Eligibility Criteria

The bidder shall fulfill the following Eligibility Criteria:

a) The Company should be incorporated under the Companies Act 1956 and should be
in business for 3 years.
b) Bidder should be ISO 9001:2008 and ISO 27001:2013 certified.
c) The OEM of CCTV Equipments should be in surveillance business for at least
10(Ten) years as of 31st March 2017 and should be registered under Companies
Act,1956.
d) Bidder should have Service Tax, ARN for GST migration, Income Tax and Sales
Tax, ESI, Provident Fund authorities in India.
e) The bidder firm should not be defaulted/black listed/banned by any
Government/Public Sector organization/department in India.

Page 3 of 57
f) Average Annual Financial Turnover during the last 3 years, ending 31st March 2016,
should be at least INR 6.5 Crores (To submit Annual Report (Audited Balance Sheet
and Profit & Loss Account) for the last three financial years).

g) The bidder should be profitable with positive net worth for last 3 years.

h) The Bidder must have successfully completed work for Government/PSU with any
of the following criteria:-
i. One Single order involving 250 locations.
Or
ii. Two orders involving 200 locations each.
Or
iii. Three orders involving 150 locations each.

The Bidder must submit the work orders along-with completion certificates.

i) Bidder should have experience of having successfully completed similar works


during the last 2 years ending 31.03.2017 as per either i) or ii) below :
(i) One similar work costing not less than INR 10.4 Crores
Or
(ii) Two similar works costing not less than INR. 5.2 Crore each.
(Similar works means “Supply, Installation, testing &commission of
CCTV Systems with Central/State/Government Agency/PSU).

The bidder shall submit copy of purchase/work order and Completion Certificate
from the Client.

j) The bidder must be solution provider/ system integrator/ OEM (of CCTV
components) or authorized agent/ supplier of the equipments as mentioned in
BOQ/Technical Specifications.

k) The bidder should have direct authorization from the OEM for selling and supporting
the equipment offered.

l) The location in the Project includes the locations all over India.The Bidder has to
undertake the work on turnkey basis for all the locations.

m) The bidder shall provide undertaking For Unconditional Acceptance of Terms &
Conditions of the Tender Document on Company’s Letter head signed by Authorized
Signatory.

n) Power of Attorney on stamp paper for Signing Authority to be submitted along with
the bid.

(Please submit valid Power of Attorney in physical mode along with the offline
documents with the bid and ensure that the Digital Signature used for uploading the
tender document in e-tendering portal should be of the authorized person mentioned
in Power of Attorney).

NOTE:
a. Non submission of above will render the bids non responsive and shall be liable
for rejection.
b. Bidder must provide necessary supporting documents as proof in respect of the
eligibility criteria mentioned above.

Page 4 of 57
3. EMD & Tender Fee
i. Earnest Money amounting to Rs. 5,00,000/- (Rs. Five Lac only) by Demand Draft in
favour of “Telecommunications Consultants India Ltd.” payable at New Delhi or Bank
Guarantee in the prescribed format from a Scheduled Bank from its branch at
Delhi/New Delhi shall be submitted along with the tender.

ii. Tenders received without EMD/inadequate EMD, and without the requisite Tender Fee
of Rs. 10,000/- (Rs. Ten Thousand only) shall be summarily rejected.

iii. MSE’s having UDYOG Aadhar Memorandum and Micro & Small Enterprises
(MSE’s) registered with NSIC/MSME are exempted from submission of
EMD/Bid Security Deposit and Tender Fee on production of requisite proof in the
form of valid certificate from NSIC/MSME for tendered items/services. Bids
received with MSME/NSIC certificate which is not valid for exemption of
EMD/Tender Fees will be summarily rejected.

iv. Please note that official procurement/downloading of Tender document from ETS
portal of TCIL is mandatory and that the bidder will in no case be able to
participate in the tender without having procured/downloaded the official copy of
the tender from ETS portal of TCIL before the due date and time for the same.
v. Contact Information:
TCIL Contact-1 - Ms. Divya Kotwal, Senior Manager(IT-SW)
Telephone: 011- 2620 2623
E-mail ID: divya.kotwal@tcil-india.com
TCIL Contact-2 - Shri. C. K. Singh, Joint General Manager (MM)
Telephone: 011-2620 2412
E-mail ID: cksingh@tcil-india.com
E-Tendering - Telephone: +91-11-26241790
Helpdesk Emergency Mob.: +91-9868393775, 9868393717
9868393792
E-mail ID: ets_support@tcil-india.com
4. INTEGRITY PACT
This tender is covered under Integrity Pact Programme of TCIL and bidders are required
to sign the Integrity Pact Document and submit same to TCIL before or along with the
bids. Bidders may read the integrity pact and fill it properly including witness part of the
document. Bid received without signed copy of the Integrity Pact document as instructed
in Section-2 shall be liable to be rejected. In case of consortium bidder, all partners of the
consortium will sign the integrity pact individually.

5. The price Offers of only those parties who qualify in the first stage (Techno commercial
qualified bidders) shall be opened at time and date to be notified separately.

6. TCIL reserves the right to accept or reject any or all the tenders without assigning any
reason.

(Purandar Verma)
Group General Manager (MM)

-END OF SECTION 1-
Page 5 of 57
SECTION 2

Tender No.: TCIL/15/1758/I/17-MM/14E 30/05/2017

INSTRUCTIONS TO BIDDERS

2.1 INTRODUCTION (DEFINITIONS)

2.1.1 “Purchaser” means Telecommunications Consultants India Ltd. (TCIL), its Head Quarter
at New Delhi or any other project/branch offices within or outside India.

2.1.2 “Bidder” means the individual or firm or corporate body who participates in the tender and
submits its bid.

2.1.3 ‘‘Goods/Products” means all the hardware equipments, instruments, tools, machinery etc.,
and/or other materials like components/parts/spares including consumables which the
supplier is required to supply to the Purchaser under the Purchase Order.

2.1.4 “Letter of Intent (LOI)” means the communication of the intention of the Purchaser to the
Bidder to place the Purchaser Order for the former’s offered goods/services.

2.1.5 “Purchase/Work Order (PO)” means the order placed by the Purchaser on the Supplier
duly signed by the Purchaser’s authorized representative to purchase certain goods &
services from the vendor/contractor.

2.1.6 “Contract Price” means considerations payable to the supplier/contractor as stipulated in


the Purchase or Work Order for performance of specified contractual obligations.

2.2 BIDDER TO BEAR COST OF PURCHASE OF TENDER


The Bidder shall bear all costs associated with the preparation and submission of the bid.
The Purchaser in any case will not be responsible or liable for these costs regardless or the
conduct of the bidding process.

2.3 BID DOCUMENTS


2.3.1 Bid Documents includes:-
Section 1 Notice Inviting Tender
Section 2 Instructions to Bidders
Section 3 General (Commercial) Conditions of the Contract
Section 4 Special Conditions of the Contract
Section 5 Price Bid Schedule & Bill of Quantity (BOQ)
Section 6 Technical Specifications
Section 7 Format of Bid Bond (EMD)
Section 8 Format of Performance Bank Guarantee (PBG)
Section 9 Bid Submission Form
Section 10 No Conviction Format
Section 11 Integrity Pact

2.3.2 Any clarification or communications obtained from the Purchaser.

Page 6 of 57
2.4 AMENDMENT TO BID DOCUMENTS

2.4.1 At any time, prior to the date of submission of bids, the Purchaser 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.

2.4.2 The amendments/Corrigendum will be notified on TCIL Website and these amendments
will be binding on them. Bidders are advised to visit TCIL Website regularly for updates
on this Tender.

2.5 EXTENSION OF TIME

In order to give prospective bidders required time in which to take the amendments into
action in preparing their bid, the Purchaser may at its discretion extend the deadline for
submission of bid suitably.

2.6 BID PRICE

The prices quoted by the bidder shall remain firm during the entire period of the contract
and shall not be subject to variation on any account. The bid submitted with a variation
clause (unless asked by the Purchaser) will be treated as non-responsive and rejected.

2.7 BIDDERS ELIGIBILITY AND QUALIFICATIONS

Bidder shall furnish as a part of bid documents establishing the bidder’s eligibility to
supply the material. The bidder shall also submit documentary evidence in the form of
literature, drawing, data on the goods offered.

2.8 BID SECURITY (EMD)

2.8.1 The Bidder shall submit, as part of bid security as mentioned in the NIT. The bid security
shall be in one of the following forms:-
(a) A Bank Guarantee as per enclosed format issued by a Scheduled Bank in favour of
Purchaser valid for a period of 180 days from the date of tender opening.
(b) Demand Draft or Pay Order from a Scheduled Bank in favour of
M/s Telecommunications Consultants of India Ltd., payable at Delhi.

2.8.2 The bid not secured in accordance with the above shall be rejected by the Purchaser as
non-responsive.

2.8.3 The bid security of the unsuccessful bidder will be discharged/ returned as promptly as
possible but not later than 30 days after expiry of the bid validity period prescribed by the
Purchaser.

2.8.4 The successful bidder’s bid security will be discharged upon the bidder’s submission of
the Performance Guarantee.

2.8.5 The bid security may be forfeited under the following circumstances:-
a) If a bidder withdraws his bid during the period of bid validity specified by the
bidder on the bid form.

Page 7 of 57
b) In case of a successful bidder, if he fails to submit the Performance Guarantee
within the time prescribed or
c) If he fails to supply the material in terms of the project.

2.8.6 No interest is payable on EMD.

2.8.7 In case of inadequacy or non-submission of prescribed EMD, the tender shall be deemed
to be disqualified and shall be summarily rejected in the technical evaluation.

2.9 VALIDITY PERIOD OF BID


Bid shall remain valid for 120 days after the date of bid opening. The bid valid for a
shorter period shall be rejected by the Purchaser as non-responsive.
In exceptional circumstances, the purchaser may request the consent of the bidder for an
extension to the period of bid validity. The bid security provided under clause 2.8.1 (a)
shall also be suitably extended. A bidder accepting the request and granting extension will
not be permitted to modify his bid.
2.9 LATE BIDS
Bidders are advised in their own interest to ensure that bids may be uploaded/submitted
before the closing date and time. Any bid received after deadline for bid submission, will
be rejected and will not be considered.

2.10 ONE BID PER BIDDER


Each bidder shall submit only one bid. A bidder who submits or participates in more than one
bid will cause all the proposals with the bidder's participation to be disqualified.

2.11 BID PRICE


The prices quoted by the bidder shall remain firm during the entire period of the contract and
shall not subject to variation on any account. The bid submitted with a variation clause
(unless asked by the Purchaser) will be treated non-responsive and rejected. Clauses such as
“at actual” etc shall also be treated as non-responsive & are liable for rejection.

2.13 MODIFICATION AND WITHDRAWL OF BIDS


i. Bid withdrawal/modification shall not be allowed after end date and time of bid
submission.
ii. Withdrawal of a bid between the deadline for submission of bids and the expiration of
the period of bid validity specified in the tender or as extended, may result in the
forfeiture of the bid security. No bid shall be modified after the deadline for
submission of bids.
2.14 Deleted.

2.15 CLARIFICATION OF BIDS


2.15.1 To assist evaluation and comparison of the bids, the Purchaser may at its discretion may
ask the bidder for clarification of the bid. The clarification and response from bidder shall
be in writing.
2.15.2 The Purchaser does not bind himself to accept the lowest or any tender and reserves to
himself the right to accept the whole or any part of the tender and altering the quantities
offered and tenderer shall supply the same at the rate quoted.

Page 8 of 57
2.16 EVALUATION OF TENDERS
2.16.1 The Purchaser shall evaluate the bids in respect to the substantive responsiveness of the
bid or otherwise. The Purchaser shall carry out detailed evaluation of the substantially
responsive bids. The Purchaser shall check the bid to determine whether they are
complete, whether any computational errors have been made or required sureties have
been furnished.

2.16.2 Arithmetical error shall be rectified on the following basis :-


a) If there is a discrepancy between the unit price and total price that is obtained
multiplying the unit price and quantity, the unit price shall prevail and the total price
shall be corrected by the Purchaser.
b) In case of discrepancy between words and figures, the amount in words shall prevail.

2.16.3 A bid determined as substantially non-responsive shall be rejected by the Purchaser.

2.16.4 The Purchaser may waive any minor infirmity or non-conformity or irregularity in the bid
which does not constitute a material deviation.

2.16.5 The Purchaser shall evaluate in detail and compare the bids which are substantially
responsive.

2.16.6 The evaluation of the ranking shall be carried out on the landed price of goods offered
inclusive of all taxes.
2.16.7 The distribution of tendered quantity amongst the technically and commercially complied
bidders shall be based on merits of each case.

2.16.8 TCIL shall have the sole discretion in deciding the number of parties on whom the orders
shall be finally placed.

2.17 PURCHASER’S RIGHT TO VARY QUANTITIES

2.17.1 The Purchaser reserves the right at the time of award of the contract to increase the
quantity of the goods and services specified in the schedule of requirements without any
change in unit price of the ordered quantity.

2.17.2 In case of division of order among number of parties. The distribution of quantity will be
accordingly done by the Purchaser on an individual tender.

2.18 PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL
BIDS
The Purchaser does not bind himself to accept lowest or any other tender/bid and has the
right to cancel the bidding process and reject all bids at any time prior to award of the
contract without assigning any reasons whatsoever and without thereby incurring any
liability to the affected bidder on the grounds for the Purchaser’s action.

2.19 NOTIFICATION OF SUCCESSFUL BIDDER


2.19.1 Prior to the expiration of the bid period, the Purchaser will notify the successful bidder in
writing by registered letter or fax, to be confirmed in writing by registered letter that its bid
has been accepted.

2.19.2 Upon successful bidder furnishing of Performance Guarantee, the Purchaser will notify
each successful bidder and will discharge its bid bond.
Page 9 of 57
2.20 ISSUE OF LETTER OF INTENT

2.20.1 The issue of Letter of Intent/PO shall constitute the intention of the Purchaser to place the
Purchase Order with the successful bidder. Purchaser may place diesel PO also. In case of
LOI. Delivery schedule will commence from LOI date.

2.20.2 The bidder shall within 10 days of issue of Letter of Intent give its acceptance alongwith
Performance Guarantee in conformity with the bid documents.

2.21 CANCELLATION OF LETTER OF INTENT

Failure of the successful bidder to comply with the requirement of submission of


Performance Guarantee in time shall constitute sufficient ground for the cancellation of the
acceptance of bid and forfeiture of the bid bond, in which case Purchaser may make the
offer to any other bidder at the discretion of the Purchaser or call for new bids.

2.22 POST BID CLARIFICATIONS

No post bid clarification at the initiative of the bidders shall be entertained and any effort
by the bidders to influence the Purchaser in the Purchaser’s bid evaluation, bid comparison
or award of the contract shall result in rejection of the bid.

2.23 DELIVERY

Delivery of the goods shall be made by the supplier in accordance with the terms specified
by the Purchaser in the Special condition of the contract and goods shall remain at the risk
up to the time they are transferred and handed over to the TCIL/client-after which it shall
stand transferred to the TCIL/client. Bidder shall arrange and pay for insurance to cover
such item until it is transferred.

The Schedule of delivery shall be the essence of the contract.


2.24 SUBMISSION OF BID
Only the following shall be accepted in physical form:
 Tender Fee in the form of Demand Draft
 EMD in the form of Demand Draft/Bank Guarantee
 Pass Phrase (Technical and Financial separately) in sealed cover.
 Copy of Certificate issued by MSME /NSIC for Tender items in hard copy along
with covering letter by bidder for claiming relaxation for Tender Fees and EMD.
 Power Of Attorney
All other documents shall have to be submitted in Electronic/Soft form and shall not be
accepted in physical form. For detail instructions please refer to Clause 2.26.
2.25 OPENING OF PRICE OFFER
Price offers of only those bidders whose Techno-Commercial offers are found to be
responsive and acceptable to TCIL will qualify to be opened online. The qualified parties
shall be notified with the date and time of the opening of the Price Offer in advance.
Representative of the qualified parties may attend the Online Price Bid opening.
In case of any conflict in any of the terms mentioned at Section – 4, the same shall prevail
over the terms mentioned in other sections.
Page 10 of 57
2.26 INSTRUCTIONS REGARDING ONLINE BID SUBMISSION
Participating in this tender shall be through online submission only. The following
instructions are to be read carefully. These instructions are supplemented with more
detailed guidelines on the relevant screens of the ETS. It is recommended that bidders
undergo the training programme for e-Tendering on TCIL’s ETS Portal. Please see Section
2.26.11 for further detail of training programme.
Bidders may further note that on-line bid submission can be quite time-consuming. They
are advised to start their uploading of bid sufficiently in advance to ensure complete
uploading of bid within stipulated time.

2.26.1 Bidding Methodology:


Single-stage Two-Bid System (Technical Part and Financial Part to be submitted at the
same time) shall be followed.

2.26.2 Broad outline of activities from Bidders perspective:


i) Procure Digital Signature Certificates (DSC) for users of the organization (if not
procured earlier)
ii) Register your organization on Electronic Tendering System® (ETS) Portal of TCIL
(https://www.tcil-india-electronictender.com)if not already registered
iii) Create Users and assign roles on ETS
iv) Assign Tender to a department of your organization on ETS
v) Download Official Copy of Tender Documents from ETS
vi) Clarification to Tender Documents on ETS
– Post query to TCIL (Optional)
– View response to queries posted by TCIL
vii) Online Bid-Submission on ETS
viii) Attend Online Public Tender Opening Event (TOE) for Techno-Commercial Bid
on ETS
– Opening of Technical-Part
ix) Post-TOE Clarification on ETS (Optional)
– Respond to TCIL’s Post-TOE technical queries
x) Attend Public Online Tender Opening Event (TOE) for Financial Bid on ETS
– Opening of Financial-Part
(Only for Technically Responsive Bidders)

2.26.3 Digital Certificates


For integrity of data and its authenticity/ non-repudiation of electronic records, and to
become compliant with IT Act 2000, it is necessary for each user to have a Digital
Certificate (DC). also referred to as Digital Signature Certificate (DSC), of Class 2 or
above, issued by a Certifying Authority (CA) licensed by Controller of Certifying
Authorities (CCA) [refer http://www.cca.gov.in].Foreign Bidders may contact their Indian
Partner Agents to obtain DSC from India on their behalf or can contact local Indian
Embassy to obtain DSC.
2.26.4 Registration
To use the Electronic Tender® portal (https://www.tcil-india-electronictender.com) the
Bidder need to register on the portal. Registration of bidders organization is to be done by
one of its senior persons who will be the main person coordinating for the e-tendering
activities. In ETS terminology, this person will be referred to as the Super User (SU) of
that organization. For further details, please visit the website/portal, and click on the
‘Supplier Organization’ link under ‘Registration’ (on the Home Page), and follow further
instructions as given on the site. Pay Annual Registration Fee as applicable.
Page 11 of 57
Note: A) The Annual Registration Fees applicable shall be as under :

a) In case Supplier/Bidder intends to participate in TCIL Tenders Only


the Annual Registration Fee shall be Rs. 3000/- plus taxes from each
Supplier/ Bidder for participating in TCIL Tenders only.

b) In case a Supplier/ Bidder intends to participate in Tenders/ Auctions


of all Buyer Organization including TCIL on ETS Portal of TCIL,
the Annual Registration Fee shall be Rs. 6000/- plus taxes

c) If a TCIL Supplier/ Bidder is already registered on ETS Portal by


paying the Annual Registration Fee of Rs. 6000/- plus taxes, no further
registration fee shall be payable by that Supplier/ Bidder.

Note: B) Registration on ETS Portal should be in the name of the bidder who is
submitting the bid as per BID SUBMISSION FORM in this Tender.

Note: B) After successful submission of Registration details online and Annual


Registration Fees Paid as mentioned above to TCIL. Please contact
e-Tendering Helpdesk (as given in Section 1), to get your registration
accepted/activated.

Note : C) The Annual Registration Fee can be submitted by the following modes:

i) DD in favour of “Telecommunications Consultants India Limited” is to


be submitted to Sr. Manager (F&A-IT), TCIL, TCIL Bhawan, 6 th
Floor, G.K.-I, New Delhi-110048.
Or
ii) Fee Amount can be deposited in TCIL’s Bank Account No.
000705038247 in ICICI Bank, Connaught Place Branch, IFSC Code:
ICIC0000007' by electronic transfer and Transaction Details to be
emailed to ets_support@tcil-india.com

2.26.5 On-Line Submission


The On Line Submission will have the following activities:
i) Submission of digitally signed copy of Tender Documents/ Addendum
ii) Submission of Acceptance/Rejection of General Terms & Conditions
iii) Submission of Acceptance/Rejection of Special Terms & Conditions
iv) Submission of particulars of EMD
v) Submission of Technical Part as under:
- Submission of Electronic Form
- Submission of Main Bid
- Submission of Bid Annexure
Technical Part must contain the following which is required to be submitted in the
Main Bid/Bid Annexure:
i. Duly filled in Bid Submission Form as per Section – 9.
ii. Statement showing Clause by Clause Compliance to all Terms & Conditions of
all the Sections of the Tender.
Page 12 of 57
iii. Scanned copy of Documentary Evidence of Eligibility Criteria
iv. Technical Offer specifying Make & Model of the Offered Product
v. Product Data Sheet
vi. Product Brochure
vii. Un-priced Bid Schedule as per Section-5
viii. Any other supporting documents the bidder wishes to submit as a part of
Technical Offer
vi) Submission of Financial Part as under:

- Submission of Electronic Form


- Submission of Main Bid
- Submission of Bid Annexure

Financial Part must contain the Price Bid Schedule as per Section-5.

The entire bid-submission as above would be online on ETS.

2.26.6 Offline Submissions:

The bidder is requested to submit the following documents offline (i.e. physically) either
in the Tender Box kept in the o/o GGM (MM), TCIL Bhawan, 4th Floor, Greater Kailash-I,
New Delhi-110 048 or by post to as reach o/o GGM (MM), TCIL before the due date &
time of submission in a Sealed Envelope, the envelope shall bear, the Tender No. &
Description and the words ‘DO NOT OPEN BEFORE’ (due date & time):

i) EMD/Bid Security (Original) for Rs. 5,00,000/- (Rs. Five Lac only) by Demand
Draft in favour of “Telecommunications Consultants India Ltd.” / Bank Guarantee
in the prescribed format from a scheduled bank from its branch at Delhi/New
Delhi.

ii) Tender Fee of Rs. 10,000/- (Rs. Ten Thousand only) by Demand Draft in favor of
“Telecommunications Consultants India Limited” payable at New Delhi. Foreign
bidders can submit Tender fees in INR through their local entities in India.

iii) Copy of Certificate issued by MSME /NSIC for Tender items in hard copy along
with covering letter by bidder for claiming relaxation for Tender Fees and EMD.

iv) Pass Phrase (Technical and Financial Separately) in sealed cover/ envelope.

v) Please submit valid Power of Attorney in physical mode along with the offline
documents to be submitted with the bid and ensure that the Digital Signature used
for uploading the tender document in e-tendering portal should be of the authorized
person mentioned in Power of Attorney

2.26.7 Special Note on Security of Bids

Security related functionality has been rigorously implemented in ETS in a multi-


dimensional manner. Starting with 'Acceptance of Registration by the Service Provider',
provision for security has been made at various stages in Electronic Tender's software.
Specifically for Bid Submission, some security related aspects are outlined below:

As part of the Electronic Encrypter™ functionality, the contents of both the ‘Electronic
Forms’ and the ‘Main-Bid’ are securely encrypted using a Pass-Phrase created by the
Bidder himself. Unlike a ‘password’, a Pass-Phrase can be a multi-word sentence with
spaces between words (eg I love this World). A Pass-Phrase is easier to remember, and
Page 13 of 57
more difficult to break. It is recommended that a separate Pass-Phrase be created for each
Bid-Part.

Typically, ‘Pass-Phrase’ of the Bid-Part to be opened during a particular Online Public


Tender Opening Event (TOE) is furnished online by each bidder during the TOE itself,
when demanded by the concerned Tender Opening Officer. A bid cannot be opened
without a correct Pass-Phrase.

It may also be noted that if a bidder fails to furnish the correct Pass-Phrase during
the TOE of Technical Part, the bid shall be rejected. If the bidder fails to furnish the
correct Pass-Phrase during the TOE of Financial Part, not only shall the bid be
rejected but also the EMD shall be forfeited.

To avoid Network Connectivity issues during e-tendering TOE it is mandatory to


submit both Pass Phrase (Technical and Financial Separately) in sealed envelope/
cover.

There is an additional protection with SSL Encryption during transit from the client-end
computer of a Supplier organization to the e-tendering server/ portal.

2.26.8 Online Public Tender Opening Event (TOE)

ETS offers a unique facility for ‘Online Public Tender Opening Event (TOE)’. Tender
Opening Officers as well as authorized representatives of bidders can attend the Online
Public Tender Opening Event (TOE) from the comfort of their offices. For this purpose,
representatives of bidders (i.e. Supplier organization) dully authorized are requested to
carry a Laptop and Wireless Connectivity to Internet.

Every legal requirement for a transparent and secure ‘Online Public Tender Opening Event
(TOE)’ has been implemented on ETS.

As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted online by


the bidder himself (during the TOE itself), salient points of the Bids are simultaneously
made available for downloading by all participating bidders. The tedium of taking notes
during a manual ‘Tender Opening Event’ is therefore replaced with this superior and
convenient form of ‘Online Public Tender Opening Event (TOE)’.

ETS has a unique facility of ‘Online Comparison Chart’ which is dynamically updated as
each online bid is opened. The format of the chart is based on inputs provided by TCIL for
each Tender. The information in the Comparison Chart is based on the data submitted by
the Bidders. A detailed Technical and/ or Financial Comparison Chart enhances
Transparency. Detailed instructions are given on relevant screens.

ETS has a unique facility of a detailed report titled ‘Minutes of Online Tender Opening
Event (TOE)’ covering all important activities of ‘Online Tender Opening Event (TOE)’.
This is available to all participating bidders for ‘Viewing/ Downloading’.

2.26.9 Other Instructions


For further instructions, the Bidder should visit the home-page of the portal
(https://www.tcil-india-electronictender.com), and go to the User-Guidance Center The
help information provided through ‘ETS User-Guidance Center’ is available in three
categories – Users intending to Register / First-Time Users, Logged-in users of Buyer
organizations, and Logged-in users of Supplier organizations. Various links are provided
under each of the three categories.

Page 14 of 57
Important Note: It is strongly recommended that all authorized users of Supplier
organizations should thoroughly peruse the information provided under the relevant links,
and take appropriate action. This will prevent hiccups, and minimize teething problems
during the use of ETS.
The following ‘FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously
adhered to:
i) Obtain individual Digital Signature Certificate (DSC or DC) well in advance of
tender submission deadline on ETS
ii) Register your organization on ETS well in advance of tender submission deadline
on ETS
iii) Get your organization’s concerned executives trained on ETS well in advance of
tender submission deadline on ETS
iv) Submit your bids well in advance of tender submission deadline on ETS (There
could be last minute problems due to internet timeout, breakdown, etc.) While the
first three instructions mentioned above are especially relevant to first-time users of
ETS, the fourth instruction is relevant at all times.

2.26.10 Minimum Requirements at Bidders end

 Computer System with good configuration (Min P IV, 1 GB RAM, Windows XP


SP3)
 Broadband Internet Connectivity.
 Microsoft Internet Explorer 6.0 or above
 Digital Certificate(s)

2.26.11 Bidders Training Program

One day training (10:30 hrs. to 17:00 hrs.) as per schedule given at Section-1 is
arranged on payment basis at TCIL Bhawan, Greater Kailash-I, New Delhi-110048.
Training is optional. Bidders opting for Training shall have to pay Rs. 2,875/- per
person (Rs. 2,500 + Service Tax @15%) by Demand Draft in favour of
“Telecommunications Consultants India Limited” payable at New Delhi.
The training requirements are as follows:
1. Person attending the training has to bring his/her own laptop with updated version
of Windows-7 & above or Vista, full admin rights, data card and digital certificate.
TCIL will not provide Internet connectivity to the trainees.
2. The training will be conducted at TCIL Bhawan, Room No. 601, 6 th Floor, Greater
Kailash -I, New Delhi 110048.
Bidders are required to inform number of participants from their organization latest by
29.05.2017 to e-mails: cksingh@tcil-india.com, neha.yadav@tcil-India.com and
ets_support@tcil-india.com. For any further query, kindly call our helpdesk number
+91-11-26241790.

2.27 INTEGRITY PACT PROGRAMME

2.27.1 As a part of implementation of Integrity Pact Programme (IPP) in TCIL, all tenders with
the estimate value equal to or exceeding the threshold value will be covered under the
Integrity Pact Programme (IPP) and the vendors are required to sign the IP document and
submit the same to TCIL before or along with the bids. The present threshold value is Rs.
1 Crore.

Page 15 of 57
2.27.2 Even in case of tenders with the estimated value less than the threshold value, the vendors
would be required to sign the IP document if the total value of the Purchase Orders (POs)
exceeds the threshold value in respect of:

 Multiple/repeat POs on the single vendors against a tender


 POs placed on multiple vendors against a tender

2.27.3 Only those vendors who have purchased the tender document and signed the IP document
can send their grievances, if any, to the Independent External Monitors (IEMs) through the
nodal officer, i.e. Chief Vigilance Officer (CVO), TCIL in the prescribed proforma.
NAME OF IEMS WITH THEIR CONTACT DETAILS:

i. Shri. N.P.Gupta, Independent External Monitor


E-mail ID: enpeeg33@hotmail.com

ii. Sh. Samir Kumar Singh, Independent External Monitor


Email ID: samir_k_singh@yahoo.com

Name & contact details of Nodal Officer (IP) in TCIL:

Sh. D. Athiyaman, Chief Vigilance Officer


E-mail ID: dathiyaman@tcil-india.com

2.27.4 If the order, with total value equal to or more than the threshold value, is split to more than
one vendor and even if the value of PO placed on any/each vendor(s) is less than the
threshold value, IP document having been signed by the vendors at bid stage itself, the
Pact shall continue to be applicable.

2.27.5 In respect of tenders for Pre-bid tie up/Expression of Interest (EOI): In case of TCIL
getting the order from the client, before placement of Purchase Order/Work Order on
technically & commercially qualified vendor, the selected vendor is required to sign the IP
document.

2.27.6 IP document shall be in plain white sheet and to be signed by the vendor and TCIL with
two witnesses from each party. The name, designation, company etc. of the persons
signing the IP document and the project/tender name shall be clearly mentioned. All pages
of the IP document shall be initialed by both parties along with company seal.

2.27.7 Tender received without signed & stamped copy of the Integrity Pact document will be
liable to be rejected, and the bidder himself will be responsible for that.

2.28 ADVICE TO BIDDERS FOR AVOIDING REJECTION OF THEIR OFFERS

The purchaser has to finalize its purchase within a limited time schedule. Therefore, it
may not be feasible for the purchaser to seek clarifications for a long time in respect of
incomplete offers. The bidders are advised to ensure that their bids are complete in all
respects and conform to the terms, conditions and bid evaluation criteria of the tender.
Bidders not complying with tender requirements may cause rejection of their bids.

Page 16 of 57
2.29 SUBMISSION OF FORGED DOCUMENTS

Bidders should note that TCIL may verify authenticity of all the
documents/certificate/information submitted by them against the tender. In case at any
stage of tendering process or Contract/PO execution etc., if it is established that bidder
has submitted forged documents/certificates/information towards fulfillment of any of
the tender/contract conditions, TCIL shall immediately reject the bid of such bidder(s)
or cancel/terminate the contract and forfeit bid security submitted by the bidder.

2.30 COMPLAINCE TO TENDER

Bidder is required to submit Clause-by-Clause compliance of all tender terms and


conditions of this tender including commercial as well as technical terms (non-
compliance/partial compliance to tender terms and conditions not are not acceptable). Any
vague remark such as extra, on actual, to be given later etc shall be considered as non-
responsive and bid will be liable for rejection.

-END OF SECTION 2-

Page 17 of 57
SECTION – 3

Tender No.: TCIL/15/1758/I/17-MM/14E 30/05/2017

GENERAL (COMMERCIAL) CONDITIONS OF THE CONTRACT

3.1 PRICE APPLICABILITY


Prices in the Purchase Order shall remain valid for the period of delivery schedule. In case
of delayed supplies, after scheduled delivery period, the advantage of reduction of
taxes/duties shall be passed onto the Purchaser and no benefit of increase will be permitted
to the Supplier.

3.2 STANDARDS
The documents supplied under the contract shall confirm to the standards mentioned in
Section-6 of this Tender document.

3.3 PATENT RIGHTS


The Supplier shall indemnity the Purchaser against all third party actions/claims of
infringement of patent, trademark or industrial design rights arising from the use of goods
or any part thereof.

3.4 PERFORMANCE SECURITY


3.4.1 Within 10 days of the Supplier’s receipt of Letter of Intent (LOI)/P.O., the Supplier shall
furnish a Performance Security in the form of a Bank Guarantee for an amount equivalent
to 15% of the contract/P.O value which shall remain valid up to a period of 90 days
beyond the last date of AMC period for any goods supplied under the contract issued by a
Scheduled Bank from its branch in Delhi in the prescribed format given in this tender.

3.4.2 The proceeds of the Performance Security shall be payable to the Purchaser as
compensation for any loss resulting from the Supplier’s failure to complete its obligations
under the contract.

3.4.4 The Performance Bond will be discharged by the Purchaser after 90 days of completion of
the Supplier’s obligations mentioned at point 3.4.1.

3.4.5 As regards validity of PBG, please refer to Special Conditions of the contract
(Section-4).

3.5 Deleted.
3.6 Deleted.
3.7 Deleted

3.8 CHANGE ORDERS


3.8.1 The Purchaser may at any time by written order given to the Supplier make changes within
the general scope of the contract in any one or more of the following:-

a) Method of transportation
b) Place of delivery.

Page 18 of 57
3.8.2 If any such change causes an increase or decrease in the cost or the time required for the
execution of the contractor, an equitable adjustment shall be made in the contract price or
delivery schedule or both and the contract shall accordingly be amended.

3.9 SUB-LETTING

The Bidder cannot assign or transfer and sub-contract its interest/ obligations under the
contract without prior written permission of the Purchaser.

3.10 LIQUIDATED DAMAGES

3.10.1 The date of the delivery of the goods/services stipulated in the acceptance of tender should
be deemed to be the essence of the contract and the delivery must be completed not later
than the dates specified therein. Extension in delivery period will not be given except in
exceptional circumstances. Should, however, deliveries be made after expiry of the
contract delivery period and accepted by the consignee, such deliveries will not deprive
the Purchaser of the right to recover Liquidated Damages.

3.10.2 In case the Supplier fails to supply the goods/services against the order, the same shall be
procured from other suppliers at the cost and risk of the Supplier and the excess money
will be recovered from any dues of the party.

3.10.3 For late deliveries, as liquidated damages, a sum equal to 0.5% of the price of any
goods/services not delivered or total order value in case where part delivery is of no use to
a Purchaser, for a week or part of a week subject to maximum limit of 10% of the total
order will be recovered from the Supplier. The Purchaser also reserves the right to cancel
the order in such cases and forfeit the EMD/Performance Bank Guarantee and may also
debar the Supplier for future purchases.

3.10.4 LD can be recovered from any dues of the Supplier.

3.11 WARRANTY
3.11.1 The contractor shall warrant that the material supplied for the work shall be new and free
from all defects and faults in materials used, workmanship and manufacture and shall be
of the highest grade and consistent with the established and generally accepted standards
for materials of the type ordered and shall perform in full conformity with the
specifications and drawings.
3.11.2 The contractor shall be responsible for any defects that may develop under the conditions
provided by the contract and under proper use, arising from faulty materials, design or
workmanship such as, inadequate quantity of materials etc. and shall remedy such defects
at his own cost when called upon to do so by the Purchaser who shall state in writing in
what respect the stores/services are faulty.
3.11.3 If any defect is not remedied by the contractor within reasonable time, the purchaser may
proceed to get the defects remedied from other agency at the contractor’s risk and
expenses, but without prejudice to any other rights which the purchaser may have against
the contractor in respect of such defects.
3.11.4 Replacement under warranty shall be made by the contractor free of all charges at site
including freight, insurance and other incidental charges.

3.12 ARBITRATION & RECONCILIATION


A. Reconciliation
Any dispute arising from or in connection with this contract be referred to
conciliation according to the Part-III of the Arbitration and Conciliation Act, 1996.
Any dispute not referred for conciliation or a dispute which exists after termination

Page 19 of 57
of the conciliation procedure shall be decided by arbitration. The conciliator is to be
appointed by the Managing Director of TCIL.

B. Arbitration
a) In case of Foreign Bidders/Suppliers:

Any dispute or differences, arising out of the contract which cannot be amicably settled
between the supplier and the purchaser, shall be decided as per arbitration rules of
International Chamber of Commerce, Geneva. For arbitration, the venue shall be
Geneva.
In case of indigenous Bidders/Suppliers:
In the event of any dispute arising between TCIL and the Supplier in any matter covered
by this contract or arising directly or indirectly there from or connected or concerned
with the said contract in any manner of the implementation of any terms and conditions
of the said contract, the matter shall be referred to the Chairman & Managing Director,
TCIL who may himself act as sole arbitrator or may name as sole arbitrator an officer of
TCIL notwithstanding the fact that such officer has been directly or indirectly associated
with this contract and the provisions of the Indian Arbitration Conciliation Act, 1996
shall apply to such arbitration. The supplier expressly agrees that the arbitration
proceedings shall be held at New Delhi.

b) For Public Sector Undertaking/Government of India Departments:

In the event of any dispute or difference relating to the interpretation and application of
the provisions of the contract with any Public Sector Undertaking/Government
Department, such dispute or difference shall be referred by either party for arbitration to
the sole Arbitrator in the Department of Public Enterprises to be nominated by the
Secretary to the Government of India in-charge of the Department of Public Enterprises.
The Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under
this clause. The award of the arbitrator shall be binding upon the parties to the dispute,
provided, however, any party aggrieved by such award may make a further reference for
setting aside or revision of the award to the Law Secretary, Department of Legal Affairs,
Ministry of Law & Justice, Government of India. Upon such reference, the dispute shall
be decided by the Law Secretary or the Special Secretary/Additional Secretary, when so
authorized by the Law Secretary, whose decision shall bind the parties finally and
conclusively. The parties to the dispute will share equally the cost of arbitration as
intimated by the arbitrator.
c) The proceedings of arbitration shall be in English language.
d) In case any supplier wants to take the dispute to a court of law after arbitration award as
aforesaid, it is clearly understood that only courts in Delhi shall have the Jurisdiction.

3.13 Fall Clause

(a) The prices once fixed will remain valid during the scheduled delivery period.
Further, if at any time during the contract
 It comes to the notice of purchaser regarding reduction of price for the same or
similar equipment/ service;
And/or
 The prices received in a new tender for the same or similar equipment/ service are
less than the prices chargeable under the contract.
The purchaser, for the purpose of delivery period extension, if any, will determine and
intimate the new price, taking into account various related aspects such as quantity,
geographical location etc., and the date of its effect for the balance quantity/ service to
the vendor. In case the vendor does not accept the new price to be made applicable
during the extended delivery period and the date of its effect, the purchaser shall have
Page 20 of 57
the right to terminate the contract without accepting any further supplies. This
termination of the contract shall be at the risk and responsibility of the supplier and the
purchaser reserves the right to purchase the balance unsupplied quantity/ service at the
risk and cost of the defaulting vendor besides considering the forfeiture of his
performance security.

(b) The vendor while applying for extension of time for delivery of equipment/services, if any,
shall have to provide an undertaking as “We have not reduced the sale price, and/ or offered to
sell the same or similar equipment/ service to any person/organization including Department of
central/state Government or any central/state PSU at a price lower than the price chargeable
under the contract for scheduled delivery period.”
(c) In case under taking as in (b) above is not applicable, the vendor will give the details of prices,
the name(s) of purchaser, quantity etc. to the purchaser, while applying extension of delivery
period.

3.14 RISK PURCHASE

3.12.1 In the event of Supplier’s failure to execute the contract to the satisfaction of the
Purchaser, the Purchaser reserves the right:

(a) to reject any part of the Contract executed and withhold payment for such portion
of the Contract till such time the defects are rectified to the satisfaction of the
Purchaser.

(b) to terminate the Contract by giving 2 weeks notice in writing without assigning any
reason and to get the Contract executed by other agency at the risk and cost of the
Supplier.

3.15 APPLICABLE LAWS

This contract shall be interpreted, construed and governed by the laws of the Republic of
India and the parties hereby submit to the exclusive jurisdiction of the Court at Delhi and
to all Courts at Delhi having jurisdiction in appeal there from.

Any dispute in relation to the contract shall be submitted to the appropriate Court of the
Republic of India for determination. The parties to the contract shall continue to fulfill
their respective obligations under the contract during the currency of the contract pending
the final decision of the Court.

3.16 GENERAL LIEN (Set-off)

Whenever under this contract any sum of money is recoverable from and payable by the
Supplier, the Company shall be entitled to recover such sum by appropriating in part or in
whole the security deposit of the Supplier, if a security is taken from the Supplier. In the
event of the Security being insufficient or if no security has been taken from the Supplier,
the balance or the total sum recoverable, as may be, shall be deducted from any sum due to
the Supplier or which at any time thereafter may become due to the Supplier under this or
any other contract with the Company. Should this sum be not sufficient to cover the full
amount recoverable, the Supplier shall pay to the Company on demand the remaining
balance due.

3.17 Deleted.
3.18 Deleted.

Page 21 of 57
3.19 FORCE MAJEURE

If any time, during the continuance of this contract, the performance in whole or in part by
either party under obligation as per this contract is prevented or delayed by reasons of any
war or hostility, act of the public enemy, civil commotion, sabotage, fire, flood, explosion,
epidemic, quarantine restrictions, strike, lockout or acts of God (hereinafter referred to
“eventuality”), provided notice of happening of any such eventuality is given by either
party to the other within 21 days of the date of occurrence thereof, neither party shall be
reason of such an “eventuality” be entitled to terminate this contract nor shall either party
have any claim or 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 “eventuality” has come to an end or ceased to exist. In case of any
dispute, the decision of CMD, TCIL, shall be final and conclusive, provided further that if
the performance in whole or part of any obligation under this contract is prevented or
delayed by reason of any such eventuality for a period exceeding 60 days, either party may
at its option, terminate the contract. Provided also that if the contract is terminated under
this clause the Purchaser shall be at liberty to take over from the Supplier at a price to be
fixed by the Purchaser, which shall be final, all unused, undamaged and acceptable
materials, bought out components and other stores in the course of manufacture which
may be in the possession of the Supplier at the time of such termination, or such portion
thereof as the Purchaser may deem fit except such material, as the Supplier may, with the
concurrence of the Purchaser, elect to retain.

3.20 TERMINATION FOR DEFAULT


3.20.1 The Purchaser, may, without prejudice to any other remedy for breach of contract, by
written notice of default, sent to the Supplier, terminate this contract in whole or in part.

a) if the supplier fails to deliver any or all the goods within the time period (s)
specified in the contract, or any extension thereof granted by the Purchaser .
b) if the Supplier fails to perform any other obligation(s) under the contract; and
c) if the Supplier, in either of the above circumstances, does not remedy his failure
within a period of 15 days (or such longer period as the Purchaser may authorize in
writing) after receipt of the default notice from the Purchaser.
d) On a notice period of 30 days.

3.20.2 In the event the Purchaser terminates the contract in whole or in part pursuant to above
para the Purchaser may procure, upon such terms and in such manner as it deems
appropriate, goods similar to those undelivered and the Supplier shall be liable to the
Purchaser for any excess cost for such similar goods. However, the Supplier shall continue
the performance of the contract to the extent not terminated.

3.21 TERMINATION FOR INSOLVENCY

The Purchaser may at any time terminate the Contract by giving written notice to the
Supplier, without compensation to the supplier if the supplier becomes bankrupt or
otherwise insolvent as declared by the competent court provided that such termination will
not prejudice or effect any right of action or remedy which has accrued or will accrue
thereafter to the purchaser.

END OF SECTION 3 -

Page 22 of 57
SECTION – 4

Tender No.:TCIL/15/1758/I/17-MM/14E 30/05/2017

SPECIAL CONDITIONS

1. Price Basis
The bidder shall quote all prices in Indian rupees (INR) on F.O.R. basis for all designated
locations.

2. Payment Terms
2.1 The payment terms between TCIL & the Bidder shall be on back-to back basis on the
principal of as and when received. TCIL shall release payment to selected bidder after
the receipt of corresponding payment by TCIL from the Client on as and when
received basis. The payment terms of the project shall be released as under:

S.No. Activity Payment to be Documents to be submitted by the


released bidder
1 Supply, Installation and 60% of total Submission of bill along-with
commissioning cost completion report of work
2 On completion of 1 st year 8% of total cost Submission of certificate of
successful operation during the time
period
3 On completion of 2 nd year 8% of total cost Submission of certificate of
successful operation during the time
period
4 On completion of 3 rd year 8% of total cost Submission of certificate of
successful operation during the time
period
5 On completion of 4th year 8% of total cost Submission of certificate of
successful operation during the time
period
6 On completion of 5th year 8% of total cost Submission of certificate of
successful operation during the time
period
2.2 No advance payments will be made.
2.3 The bidder shall submit bills as per clause 2.1 above but not later than two months
from date of expiry of the contract.
2.4 Taxes as applicable from time to time as per the Income Tax Act will be deducted
from the bills. In case the bidder is exempted from deduction of Income Tax, then he is
required to produce a certificate from the Income Tax Authority indicating clearly that
no tax at source be deducted from the bidder against said contract. Such certificate
shall have to be obtained at the commencement of each financial year.
2.5 Service Tax or any other Tax in lieu thereof levied by the Central Govt. from time to
time on the Services rendered by the Contractor to TCIL shall be paid by TCIL to the
Contractor over and above the Scheduled of Rates, Subject to the contractor submitting

Page 23 of 57
his bills/invoices thereof in the Format prescribed under Rule 4A (1) of the Service
Tax Rules, 1994 or other relevant Laws, as the case may be.
2.6 The bidder may raise bills in parts also for Supply,Installation,Testing and
Commissioning after completion of work at least fifty(50) locations against each bill.
2.7 The bidder has to raise the bill showing the item cost, installation cost and AMC cost
separately.

3. Taxes And Duties


3.1 Except as otherwise specifically provided in the Contract, the Bidder shall bear and
pay all taxes, duties, levies and charges assessed on the bidder, by all municipal, state
or central government authorities.
3.2 As regards the Indian Income Tax, Surcharge on Income Tax, Education Cess and any
other Corporate Tax, TCIL shall not bear any tax liability whatsoever. The bidder shall
be liable and responsible for payment of such tax, if attached under the provisions of
the law present or future and Corporation will make deduction at source as applicable.
3.3 Any change in the rate of tax (increase/decrease) quoted by the bidder would be to the
account of TCIL and the payment will be made as per the rate applicable at the time of
payment.
3.4 In the event of introduction of any new tax, TCIL shall pay the new tax(if applicable)
to the bidder as per the rate applicable at the time of payment.
3.5 Further the bidder should clearly specify all types of taxes (including rate) separately
in their bid.
3.6 Prices quoted will be inclusive of all applicable taxes. However, service tax shall be
paid extra at applicable rate as per rules.

4. Paying Authority

ED (LPF),
3RD FLOOR, TCIL BHAWAN, G.K.-I
NEW DELHI-110048

5. Consignee
Spread over multiple locations across India, list to be provided later.

6. Inspection Authority

TCIL or its Nominated Agency.

7. LIMITATION OF LIABILITY

7.1 Title and Risk of Loss : Bidder shall bear the risk of loss on Project Assets, up to the
time they are transferred and handed over to the TCIL/client-after which it shall stand
transferred to the TCIL/client. Bidder shall arrange and pay for insurance to cover such
item until it is transferred.
7.2 Bidder’s aggregate liability for actual damages shall be capped at 100% of the total
value of the contract. However, in the following cases, the liability of the Bidder’s
shall be as per actual damages: 1)the bodily injury(including death) and damage to real
property and tangible personal property caused by Bidder’s negligence and /or 2) the
intellectual property infringement claims.
7.3 Bidder shall not in any event be liable for any indirect or consequential damages, or
for loss of profit, business,revenue,goodwill,anticipated savings or Data, or third party
claims except with respect to bodily injury(including death) and damage to real and
tangible personal property.

Page 24 of 57
7.4 Neither this contract nor Services delivered by the bidder under this Contract grants or
creates any rights,benefits,claims,obligations or causes of action in, to or on behalf of
any person or entity(including any third party) other than between the respective
Parties to this Contract, as the case may be.

8. Delivery and Implementation Schedule


8.1 The bidder shall complete the work including training within 7.5 months from the date
of award of contract.
8.2 The vendor has to arrange supply and installation of the equipments at the designated
locations.

9. Performance Bank Guarantee (PBG)


Within 10 days of issue of letter of intent/PO, the bidder shall be required to furnish PBG
for a value equivalent to 15% of Contract Value which shall remain valid up to a period of
3 months beyond the last date of AMC period for any goods supplied under the contract
issued by a Scheduled Bank situated in India from its branch in Delhi and in the format
provided given in this tender.

10. LIQUIDATED DAMAGES (for Non delivery & commissioning)

10.1 Time is the essence of the contract and the milestones/ delivery dates are binding
on the bidder. In the event of delay or any gross negligence, for causes attributable to
the bidder, in meeting the milestones/deliverables as per tender, the TCIL shall be
entitled at its option to recover from the bidder as agreed, liquidated damages, a sum of
0.5% of the contract price of the corresponding milestone payment of
delayed/undelivered items/services mentioned above for every week of delay or part of
a week, subject to the maximum value of the Liquidated Damages being not higher
than 10% of the value of corresponding milestone payment of the delayed/undelivered
services. This right to claim any liquidated damages shall be without prejudice to other
rights and remedies available to TCIL under the contract and/or any other law.
10.2 In case of delay in achieving any of the targets/milestones solely not attributable to
bidder, TCIL may consider condoning or reducing part of the liquidated damages.
TCIL has the exclusive right to exercise this provision. The decision of the competent
authority for imposing Liquidated Damages will be final and binding upon the party
and no correspondence etc. in this regard will be entertained by TCIL.
10.3 The Purchaser also reserves the right to cancel the order in such cases and forfeit
the EMD/Performance Bank Guarantee and may also debar the Supplier for future
purchases.
10.4 LD can be recovered from any dues of the Supplier.

11. LIQUIDATED DAMAGES POST COMMISSIONING AND ACCEPTANCE OF


CCTV SYSTEM (FOR NON PERFORMANCE)
In case of any item becoming out of order or defective, or major defects noticed which
cause complete dislocation of system during the currency of the contract and the defects
are not attended and rectified by the contractor within a period of 24 hours from the time
of receipt of intimation from authorized representative, a penalty at Rs.100/- per day for
the number of days for which the system remains out of order and beyond 48 hours
penalty would be Rs. 200/- per day or the expenditure incurred by the TCIL for
rectification of the system through other agencies beyond the period of 48 (FORTY -
EIGHT) hours whichever is higher will be levied on the bidder. The compensation of such
rectification of system got done by the TCIL will be made within 10 days by the bidder
Page 25 of 57
failing which the said amount will be adjusted from any amount due / withheld under
terms of payment. If the defect is rectified by replacing the item (defective) by compatible
and equivalent or higher specification, the defect considered to be resolved.

12. Warranty
All equipment and systems supplied by the Supplier shall be guaranteed against any
defects for a period of 12 (Twelve) months from the date of successful commissioning as
per the certificate issued by client of CCTV surveillance system except Batteries for UPS
for which the Warranty Period is 5 years. It shall be comprehensive warranty in which
the required spares and software upgrades/patches shall be provided by the bidder free of
cost.

13. Period Of Annual Maintenance Contract(AMC)


All equipment and systems supplied by the Supplier shall be under comprehensive onsite
Annual Maintenance Contract (AMC) for a period of four years commencing from the
date of completion of warranty period. It shall be comprehensive AMC in which the
required spares and software upgrades/patches shall be provided by the bidder free of cost.

14. Quantity Variation


TCIL reserves the right to vary quantities given in the tender upto +/- 25% at same rates,
terms & conditions.

15. ADD ON/REPEAT ORDER


TCIL reserves the right to place Add on/Repeat order for additional quantity upto 25% of
the original quantity at the same rate and terms & conditions of the purchase order within six
months from the date of issue of LOI/PO.

16. ACCEPTANCE TESTING


Upon successful completion of entire work including testing by the bidder, the location
incharge shall issue a Completion & Satisfactory Report Certificate to the bidder as a proof
(to be submitted along with the Invoice for claiming payment) of the final acceptance. Such
certificate shall not relieve the bidder of any of his obligations which otherwise survive, by
the terms and conditions of the Contract after issuance of such certificate.

17. TRAINING
User training on operations and monitoring of CCTV Surveillance System will be
provided by the successful bidder free of cost as given in scope of work ( i.e. 2 days onsite
Training Program up to 5 officials at each location ) of the tender document.

18. Provisions herein Section-4 shall complement other provisions of tender document.
However, in case of any conflict in any of the terms mentioned, provisions of Section-
4 shall prevail over the terms mentioned in other sections.

- END OF SECTION 4 -

Page 26 of 57
SECTION – 5

Tender No.: TCIL/15/1758/I/17-MM/14E 30/05/2017

A. BILL OF QUANTITY (BOQ)

S. No Details Items/Work Unit Quantity

1 2 3 4
1 Supply, installation, commissioning etc. of 1.3 MP or higher outdoor Analog IR Bullet Camera Each 1524

2 Supply, installation, commissioning etc. of 2 MP or higher Analog IR Dome Camera Each 762
3 Supply, installation, commissioning etc. of High Definition Channel Digital Video Recorder with 30 days HD Each 254
recording storage
4 Supply, installation, commissioning etc. of 1 KVA UPS without battery Each 254
5 Supply, installation, commissioning etc. of battery with 60 min back up for above 1 KVA UPS Each 254
6 Supply, installation, commissioning etc. of 6U Network Rack with Power strip & related accessories of Each 254
Standard Make
7 Supply , installation, commissioning etc. of 12 V Power Adaptors 4 AMP SMPS, Input Voltage -90 to 285, Each 2286
Voltage variation +/- 10%, over voltage & short circuit protection
8 Supply, installation, commissioning etc. of RG11 copper video Armoured Cable ISI mark Meter 304800
9 Supply, Installation, Commissioning etc. of 3C x 1.5 sq mm copper Power Cable ISI mark Meter 304800
10 Supply , installation, commissioning etc. of 32" LED Monitor of resolution 1920* 1080 Standard Each 254
11 Supply , installation, commissioning etc. of 32mm PVC Pipe (Heavy) ISI Mark with accessories Meter 304800
12 Supply , installation, commissioning etc. of 50 mm GI Pipe (Medium) with accessories ISI Mark Meter 5080
13 Supply , installation, commissioning etc. of L Shape Angles Iron Bracket of 40*40*6 mm of required length Each 2286
with provision of mounting bullet & Dome cameras on the gate, weighbridge and godown walls
14 Supply , installation, commissioning etc. of Cage for protection of the camera with barbed wire of suitable size Each 2286

Page 27 of 57
1
S. No

Details Items/Work

Bullet
higher

x 254)
1

Supply,

outdoor
1.3 MP or

Analog IR

Camera (6
commissio
ning etc. of
installation,
Unit

Each
Rate per unit for supply including one year
warranty

3
Name(s) of tax(es) applicable

4
5
Rate(s) of tax(es) in %

Rate per unit for installation and

6
commissioning etc.

7
Name(s) of tax(es) applicable

8
Rate(s) of tax(es) in %
Qty.

1524
Total Amount of Item with one year

0
)*9
warranty
(Rs.)

10=(3

6+6*8
Figure

+3*5+

AMC charges for quantity at


11

column no. 9
(Rs.)
Figure

Name(s) of tax(es) applicable


12
IInd year

Rate(s) of tax(es) in %
13
AMC Charges for

Page 28 of 57
AMC charges
14
(Rs.)
Figure

Name(s) of tax(es) applicable


15
IIIrd year
B. PRICE BID SCHEDULE

Rate(s) of tax(es) in %
16
AMC Charges for

AMC charges
17
(Rs.)
Figure

8
1

Name(s) of tax(es) applicable


for IVth year
AMC Charges

Rate(s) of tax(es) in %
19

AMC charges
20
(Rs.)
Figure

Name(s) of tax(es) applicable


21
year

Rate(s) of tax(es) in %
22
(Rs.)
Figure
AMC Charges for Vth

Total AMC Charges for four years


0
(Rs.)

0*22)
23=(1

17*19
+14*1
13+14
1+11*
Figure

+20+2
6+17+

Total Amount
23
(Rs.)
Figure

24=10+

Total Amount
25
Words
3
2
S. No

Details Items/Work

High

Video
Dome
higher

x 254)

Digital

storage
Supply,
Supply,

with 30
2 MP or

Channel

days HD
Recorder

recording
Definition
Analog IR

Camera (3

commissio
commissio

ning etc. of
ning etc. of

installation,
installation,
Unit

Each
Each
Rate per unit for supply including one year
warranty

Name(s) of tax(es) applicable

Rate(s) of tax(es) in %

Rate per unit for installation and


commissioning etc.

Name(s) of tax(es) applicable

Rate(s) of tax(es) in %
Qty.

254
762

Total Amount of Item with one year

0
0

warranty
(Rs.)
Figure

AMC charges for quantity at


column no. 9
(Rs.)
Figure

Name(s) of tax(es) applicable


IInd year

Rate(s) of tax(es) in %
AMC Charges for

Page 29 of 57
AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


IIIrd year

Rate(s) of tax(es) in %
AMC Charges for

AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


for IVth year
AMC Charges

Rate(s) of tax(es) in %

AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


year

Rate(s) of tax(es) in %
(Rs.)
Figure
AMC Charges for Vth

Total AMC Charges for four years


0
0
(Rs.)
Figure

Total Amount
(Rs.)
Figure

Total Amount
Words
5
4
S. No

Details Items/Work

254)
UPS

up for
battery
1 KVA

Supply,
without
Supply,

with 60

above 1

(1 x 254)
min back

KVA UPS
commissio
commissio

ning etc. of
ning etc. of

battery (1 x

installation,
installation,
Unit

Each
Each
Rate per unit for supply including one year
warranty

Name(s) of tax(es) applicable

Rate(s) of tax(es) in %

Rate per unit for installation and


commissioning etc.

Name(s) of tax(es) applicable

Rate(s) of tax(es) in %
Qty.

254
254

Total Amount of Item with one year

0
0

warranty
(Rs.)
Figure

AMC charges for quantity at


column no. 9
(Rs.)
Figure

Name(s) of tax(es) applicable


IInd year

Rate(s) of tax(es) in %
AMC Charges for

Page 30 of 57
AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


IIIrd year

Rate(s) of tax(es) in %
AMC Charges for

AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


for IVth year
AMC Charges

Rate(s) of tax(es) in %

AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


year

Rate(s) of tax(es) in %
(Rs.)
Figure
AMC Charges for Vth

Total AMC Charges for four years


0
0
(Rs.)
Figure

Total Amount
(Rs.)
Figure

Total Amount
Words
6
S. No

Details Items/Work

6U

254)
Supply,

Network

& related
Rack with

Make (1 x
commissio

accessories
ning etc. of

Power strip

of Standard
installation,
Unit

Each
Rate per unit for supply including one year
warranty

Name(s) of tax(es) applicable

Rate(s) of tax(es) in %

Rate per unit for installation and


commissioning etc.

Name(s) of tax(es) applicable

Rate(s) of tax(es) in %
Qty.
254

Total Amount of Item with one year


0

warranty
(Rs.)
Figure

AMC charges for quantity at


column no. 9
(Rs.)
Figure

Name(s) of tax(es) applicable


IInd year

Rate(s) of tax(es) in %
AMC Charges for

Page 31 of 57
AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


IIIrd year

Rate(s) of tax(es) in %
AMC Charges for

AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


for IVth year
AMC Charges

Rate(s) of tax(es) in %

AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


year

Rate(s) of tax(es) in %
(Rs.)
Figure
AMC Charges for Vth

Total AMC Charges for four years


0
(Rs.)
Figure

Total Amount
(Rs.)
Figure

Total Amount
Words
7
S. No

Details Items/Work

over

short
Input
AMP

circuit
to 285,
SMPS,

Voltage
Supply ,

+/- 10%,
variation

(9 x 254)
voltage &

protection
commissio

Adaptors 4
ning etc. of
installation,

Voltage -90
12 V Power
Unit

Each
Rate per unit for supply including one year
warranty

Name(s) of tax(es) applicable

Rate(s) of tax(es) in %

Rate per unit for installation and


commissioning etc.

Name(s) of tax(es) applicable

Rate(s) of tax(es) in %
Qty.
2286

Total Amount of Item with one year


0

warranty
(Rs.)
Figure

AMC charges for quantity at


column no. 9
(Rs.)
Figure

Name(s) of tax(es) applicable


IInd year

Rate(s) of tax(es) in %
AMC Charges for

Page 32 of 57
AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


IIIrd year

Rate(s) of tax(es) in %
AMC Charges for

AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


for IVth year
AMC Charges

Rate(s) of tax(es) in %

AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


year

Rate(s) of tax(es) in %
(Rs.)
Figure
AMC Charges for Vth

Total AMC Charges for four years


0
(Rs.)
Figure

Total Amount
(Rs.)
Figure

Total Amount
Words
8
S. No

9
Details Items/Work

video
RG11

Power
x 254)
copper

X 254)
Supply,
Supply,

Cable ISI
Cable ISI
Armoured
commissio

ning etc. of
ning etc. of

mm copper
Commissio

3C x 1.5 sq

mark (1200
mark (1200
installation,

Installation,
Unit

r
r

Mete
Mete
Rate per unit for supply including one year
warranty

Name(s) of tax(es) applicable

Rate(s) of tax(es) in %

Rate per unit for installation and


commissioning etc.

Name(s) of tax(es) applicable

Rate(s) of tax(es) in %
Qty.

00
00

3048
3048

Total Amount of Item with one year

0
0

warranty
(Rs.)
Figure

AMC charges for quantity at


column no. 9
(Rs.)
Figure

Name(s) of tax(es) applicable


IInd year

Rate(s) of tax(es) in %
AMC Charges for

Page 33 of 57
AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


IIIrd year

Rate(s) of tax(es) in %
AMC Charges for

AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


for IVth year
AMC Charges

Rate(s) of tax(es) in %

AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


year

Rate(s) of tax(es) in %
(Rs.)
Figure
AMC Charges for Vth

Total AMC Charges for four years


0
0
(Rs.)
Figure

Total Amount
(Rs.)
Figure

Total Amount
Words
S. No

11
10
Details Items/Work

Pipe

254)
254)

(1200 X
Supply ,
Supply ,

Standard
32" LED

resolution

Mark with
commissio
Make (1 X
commissio

Monitor of

accessories
ning etc. of
ning etc. of

installation,
installation,

32mm PVC
1920* 1080

(Heavy) ISI
Unit

r
Each

Mete
Rate per unit for supply including one year
warranty

Name(s) of tax(es) applicable

Rate(s) of tax(es) in %

Rate per unit for installation and


commissioning etc.

Name(s) of tax(es) applicable

Rate(s) of tax(es) in %
Qty.

00
254

3048
Total Amount of Item with one year

0
0

warranty
(Rs.)
Figure

AMC charges for quantity at


column no. 9
(Rs.)
Figure

Name(s) of tax(es) applicable


IInd year

Rate(s) of tax(es) in %
AMC Charges for

Page 34 of 57
AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


IIIrd year

Rate(s) of tax(es) in %
AMC Charges for

AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


for IVth year
AMC Charges

Rate(s) of tax(es) in %

AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


year

Rate(s) of tax(es) in %
(Rs.)
Figure
AMC Charges for Vth

Total AMC Charges for four years


0
0
(Rs.)
Figure

Total Amount
(Rs.)
Figure

Total Amount
Words
S. No

12
Details Items/Work

Pipe

with
Supply ,

ISI Mark
(Medium)
50 mm GI
commissio

(20 X 254)
accessories
ning etc. of
installation,
Unit

r
Mete
Rate per unit for supply including one year
warranty

Name(s) of tax(es) applicable

Rate(s) of tax(es) in %

Rate per unit for installation and


commissioning etc.

Name(s) of tax(es) applicable

Rate(s) of tax(es) in %
Qty.
5080

Total Amount of Item with one year


0

warranty
(Rs.)
Figure

AMC charges for quantity at


column no. 9
(Rs.)
Figure

Name(s) of tax(es) applicable


IInd year

Rate(s) of tax(es) in %
AMC Charges for

Page 35 of 57
AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


IIIrd year

Rate(s) of tax(es) in %
AMC Charges for

AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


for IVth year
AMC Charges

Rate(s) of tax(es) in %

AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


year

Rate(s) of tax(es) in %
(Rs.)
Figure
AMC Charges for Vth

Total AMC Charges for four years


0
(Rs.)
Figure

Total Amount
(Rs.)
Figure

Total Amount
Words
S. No

13

of
Details Items/Work

254)
e and
Dome
mm of

godown
bullet &
L Shape
Supply ,

required

the gate,
40*40*6

mounting
provision

walls (9 X
Bracket of
commissio
ning etc. of

length with

cameras on

weighbridg
installation,

Angles Iron
Unit

Each
Rate per unit for supply including one year
warranty

Name(s) of tax(es) applicable

Rate(s) of tax(es) in %

Rate per unit for installation and


commissioning etc.

Name(s) of tax(es) applicable

Rate(s) of tax(es) in %
Qty.
2286

Total Amount of Item with one year


0

warranty
(Rs.)
Figure

AMC charges for quantity at


column no. 9
(Rs.)
Figure

Name(s) of tax(es) applicable


IInd year

Rate(s) of tax(es) in %
AMC Charges for

Page 36 of 57
AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


IIIrd year

Rate(s) of tax(es) in %
AMC Charges for

AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


for IVth year
AMC Charges

Rate(s) of tax(es) in %

AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


year

Rate(s) of tax(es) in %
(Rs.)
Figure
AMC Charges for Vth

Total AMC Charges for four years


0
(Rs.)
Figure

Total Amount
(Rs.)
Figure

Total Amount
Words
S. No

15
14
Details Items/Work

254)

Total
of the

Grand
wire of
camera

suitable
Supply ,

Cage for

size (9 X
protection
commissio
ning etc. of
installation,

with barbed
Unit

Each
Rate per unit for supply including one year
warranty

Name(s) of tax(es) applicable

Rate(s) of tax(es) in %

Rate per unit for installation and


commissioning etc.

Name(s) of tax(es) applicable

Rate(s) of tax(es) in %
Qty.
2286

Total Amount of Item with one year


0

warranty
(Rs.)
Figure

AMC charges for quantity at


column no. 9
(Rs.)
Figure

Name(s) of tax(es) applicable


IInd year

Rate(s) of tax(es) in %
AMC Charges for

Page 37 of 57
AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


IIIrd year

Rate(s) of tax(es) in %
AMC Charges for

AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


for IVth year
AMC Charges

Rate(s) of tax(es) in %

AMC charges
(Rs.)
Figure

Name(s) of tax(es) applicable


year

Rate(s) of tax(es) in %
(Rs.)
Figure
AMC Charges for Vth

Total AMC Charges for four years


0
(Rs.)
Figure

Total Amount
(Rs.)
Figure

Total Amount
Words
Note:-
1. The lowest of grand total at sr. 15, column no. 24 above, shall be considered as L1 bidder.

2. All accessories to be included in above quoted rates. Rates for all the items must be quoted else the price bid will be rejected.

3. The Specifications listed are minimum requirement and any item of higher specification will be accepted.

4. The bidder may survey the site and propose the CCTV System for understanding of requirements.

5. The proposed solution should be modular and scalable so that at later date the additional requirement can be met by add-on components based on rates quoted in price
bid and shall be valid for contract period.

6. All components of the CCTV System should be compatible with one another

7. The proposed CCTV System’s components must not be obsolete

8. The sizing of DVR should be commensurate with the number of cameras and number of days to record the video etc.

9. The specified items must be current/ recent in the Supplier's/OEM product line

10. All the items shall be branded and reputed

11. All CCTV Cameras, housing and DVR should be of the same OEM.

12. The item procured during contract period post first installation & commissioning of CCTV system to be maintained by vendor. The AMC charges for such items
shall be payable on pro-rata-basis, if applicable.

13. Vendor has to raise the bill showing the item cost, Installation cost and AMC cost separately.

END OF SECTION 5 -

Page 38 of 57
SECTION – 6

Tender No.: TCIL/15/1758/I/17-MM/14E 30/05/2017

SCOPE OF WORK &TECHNICAL SPECFICATION

BACKGROUND
1.1) Telecommunications Consultants India Limited has been awarded contract for supply,
installation, testing, commissioning and maintenance of CCTV surveillance system at multiple
locations across India.
Bidder is required to submit the following:

1) Clause by compliance of all technical specifications. This should be supported by technical


literature / document to be attached with the bid.
2) Technical literature of the offered test instruments.
3) Unpriced site wise item wise detailed Bill of Material.
4) Delivery Schedule in compliance to delivery terms of this tender.
Non submission of above will render the bids non responsive and shall be liable for rejection.

A. SCOPE OF WORK

1.1 Purpose/Intent of the Tender

The purpose/ intent for the tender is to appoint a system integrator for supply, installation, testing,
commissioning and maintenance of CCTV surveillance system at different Locations spread
across pan India.

1.2 Scope of Work

The Scope of Work for the Project is as follows:

i. At the begin of installation work, Company shall make a joint survey of the site and
mark the locations of the cameras on a signed survey report and complete installation
work as per the survey report.

ii. Each entry/exit gate(s) of the building, as the case may be, shall be covered by one dome
Analog HD IR Camera & one bullet Analog HD IR Camera.

iii. Weigh bridge shall be covered with two dome/bullet Analog HD IR Camera & one bullet
Analog HD IR Camera.

iv. Other perimeter locations shall be covered by four bullet Analog HD IR Cameras within
the range of 100 meters from the control room.

Page 39 of 57
v. All the cameras shall be connected through network to DVR placed in control room
(Manager Room) connected to a 32 inch LED display unit for monitoring & managing the
CCTV functions.

vi. CCTV footage recording of 30 days has been provisioned initially with scalability to
enhance the recording period as and when required.

vii. Two days onsite training program up to the five officials for operations of CCTV Systems
at each location will be arranged by the Company.

viii. The complete CCTV System should be under warranty for one years and AMC for four
years.

ix. The Company shall supply, installation, testing & commissioning of CCTV Surveillance
System along with required accessories, software, DVR, UPS, cables, accessories etc. Any
enhancement/addition of the CCTV system shall be taken up as per unit rate of the items
during contract period.

x. Time period for installation, testing & commissioning of CCTV system along with cabling
in different locations including training shall be 7.5 months.

xi. The Company has to arrange supply and installation of the equipments at the designated
location and no road permit shall be issued by Client/TCIL.

xii. Specifications of camera offered by Company should capture the face and the number
plate of the vehicle from a distance of 10-15 meters at gate & weighbridge. Accordingly
Company to provision required specifications of the lenses/items.

xiii. The batteries for UPS shall be under warranty for five years.

xiv. The Company may survey the site and propose the CCTV System for understanding of
requirements.

Scope for onsite Comprehensive Warranty and AMC:

i. The period of warranty on all electronic equipment i.e. cameras, DVR etc. and allied
materials, supplied by successful contractor, shall be 12 (twelve) months from the date of
taking over certificate issued by Client.

ii. The contractor shall ensure that the entire CCTV System including its components and all
allied materials are working properly and continuously without fail during the currency of
the contract. Ensure visit by service Engineer/skilled technical personnel bi-monthly and
submit the entire CCTV System working reporting to TCIL.

iii. Annual Maintenance Charges will be commenced from the date of expiry of warranty
period of 12 months from date of commissioning with the same terms and conditions in
above lines.

iv. It shall be the responsibility of the contractor to ensure uninterrupted and proper
functioning of the CCTV Set-up during the currency of the contract period. In case of
Page 40 of 57
continued failure of the CCTV system or contractor fails to provide satisfactory /
uninterrupted functioning of CCTV System during the contract period TCIL will be at

liberty to terminate the contract at any time and appoint new contractor at his risk and cost
without prejudice to other right and remedies as per contract and law. TCIL shall have the
sole authority to judge the performance of the Contractor in such cases and his decision
shall be binding on the Contractor.

v. All materials and equipments etc. required by the contractor for the works will be arranged
by him at his own cost. Client/ TCIL will neither provide foreign exchange nor any
assistance whatsoever for import of equipments if any involved in the contract.

vi. Before handing over the system to the Client, the contractor will submit four sets of
following manuals for each set of equipment:
a. Operation manual
b. Servicing manual
c. Equipment’s guarantee/warranty certificates.

vii. The contractor shall be responsible for any acts of commission or omission on the part of
their work man in respect of any damage or loss to Client property.

viii. Any liability arising out of accident or death of any personnel during the execution of
work shall be upon the contractor.

ix. The contractor shall be responsible to comply with all the statutory obligations including
Labour/Taxation/Octroi etc.

x. The contractor shall deploy only well experienced and qualified workmen for execution of
the work.

xi. All persons employed by the contractor shall be engaged by him as own employees in all
respects, and all rights & liabilities under the workmen’s compensation act, or EPF act and
other applicable enactments, in respect of all such personnel shall exclusively be that of
the contractor. Contractor shall also comply with all rules and regulations/ enactments
made by the State Government/ Centre Government from time to time pertaining to the
contract including all labour laws.

xii. During the contract period any job of Shifting and/or reinstallation of the CCTV
System/items shall be paid to the bidder by Client at the quoted unit rates in the price bid.

Page 41 of 57
B. TECHNICAL SPECIFICATIONS

1. Supply of 1.3 MP or higher outdoor Analog IR Bullet Camera(Desired


Make & Model – Sparsh SC-AP310BP-6R5O or Equivalent)

 Image Sensor- 1 / 3” Progressive Scan CMOS or higher


 Effective Pixel- 1280(H)*720(V)
 Min Illumination- 0.01 lux @ (F1.2, AGC ON), 0)
 Shutter Speed-1/25s to 1/50,000s or better
 Lens- Fixed lens 4 mm/6mm or Higher
 Day Night ICR-Yes
 Video Frame Rate-25fps (PAL)
 HD Video Output- Yes
 S/N Ratio- more than 50db
 Weather Proof Rating-IP 66
 IR Range- 50 Meter or Higher
 Working Temp. (-)10 degree C to (+)60 degree C
 Certification- UL/NABL,FCC,CE/EN

2. 2 MP of higher Analog IR Dome Camera (Desired Make & Model – Sparsh


SC-AP320DP-3R2O or Equivalent)

 Image Sensor- 1 / 2. 7” Progressive Scan Sensor


 Signal System – PAL/NTSC
 Effective Pixel- 1930(H)*1088(V)
 Min Illumination- 0.01 lux @ (F1.2, AGC ON), 0 with (IR LED ON)
 Shutter Speed-1/25s to 1/50,000s or better
 Lens- Fixed lens 2.8mm, 3.8mm or Higher
 Day Night ICR-Yes
 Video Frame Rate - 25fps (PAL)
 HD Video Output- Yes
 S/N Ratio- more than 50db
 Weather Proof Rating - IP 66
 Working Temp. (-)10 degree C to (+)60 degree C
 IR Range - 20 Meter or Higher
 Certification- UL/NABL, FCC, CE/EN

3. High Definition 32 channel Digital Video Recorder with 30 days HD


Recording storage (Desired Make & Model – Sparsh SR-TP3216SN04-GH or
Equivalent)

Page 42 of 57
 Video Compression – H.264
 HDMI/VGA output - 1920 × 1080 / 60 Hz,1280 ×1024 / 60 Hz, 1280 ×
720 / 60 Hz, 1024 × 768/60 Hz
 Sync Playback - 32 Channel
 Network Interface- Yes
 USB Ports-Yes
 Serial Interface-Yes
 Working Temp- -10 degree C to +60 degree C
 Certification- UL/NABL,FCC,CE/EN
 Ethernet Port for connecting internet etc.

4. UPS without battery (Desired Make & Model – Numeric Onfiniti or


Equivalent)
 1 KVA

5. Battery (Desired Make & Model – Standard)


 With 60 minutes back up for above 1 KVA UPS
6. Network Rack (Desired Make & Model – Standard)
 6 U Network Rack with Power strip & related accessories of Standard
Make

7. 12 V Power Adaptors 4 AMP SMPS, Input Voltage -90 to 285, Voltage


variation + _ 10%, over voltage & short circuit protection (Desired Make &
Model – Standard)

8. RG 11 copper video Armoured Cable ISI mark (Desired Make & Model –
Standard)

9. 3C x 1.5 sq mm copper Power Cable ISI Mark (Desired Make & Model –
Standard)

10. 32" LED Monitorof resolution 1920* 1080 Standard Make (Desired Make &
Model – LG32SE3KB or Equivalent)

11. 32mm PVC Pipe (Heavy) ISI Mark with accessories (Desired Make &
Model – Standard)

12. 50 mm GI Pipe (Medium) with accessories ISI mark etc. (Desired Make &
Model – Standard)

13. L Shape Angles Iron Bracket of 40*40*6 mm of required length with

Page 43 of 57
provision of mounting bullet & Dome cameras on the gate, weighbridge and
godown walls (Desired Make & Model – Standard)

14. Cage for protection of the camera with barbed wire of suitable size (Desired
Make & Model – Standard)

Note:

1) Installation charges for fixing of PVC pipe on wall, Laying of RG armoured cable, Fixing
of GI pipe under road, Fixing of L shape iron angle brackets including installation of
above equipments complete with testing and commissioning
2) The Specifications parameters listed are Minimum requirement and any item of higher
specification will be accepted.
3) The proposed solution should be modular and scalable so that at later date the
additional requirement can be met by add- on components based on rates quoted in price
bid and shall be valid for contract period.
4) All components of the CCTV System should be compatible with one another.
5) The proposed CCTV System’s components must not be obsolete.
6) The sizing of DVR should be commensurate with the number of cameras and number of
days to record the video etc.
7) The specified items must be current/ recent in the Supplier's/OEM product line.
8) All the items shall be branded and reputed.
9) All CCTV Cameras, housing and DVR should be of the same OEM.
10) The DVR should be capable of connecting With internet/Broadband for remote
monitoring and control.

END OF SECTION-6

Page 44 of 57
SECTION – 7

Tender No.: TCIL/15/1758/I/17-MM/14E 30/05/2017


FORMAT OF BID BOND (EMD)

Whereas ……………………. (hereinafter called “the Bidder”) has submitted its bid dated
…………… For the supply of …………. Vide Tender No. ……………………….. dated
…………… KNOW ALL MEN by these presents that WE ……………………. OF
………………. Having our registered office at ………….. (hereinafter called “the Bank”) are
bound unto Telecommunications Consultants India Limited (hereinafter called “the Purchaser”) in
the sum of Rs. ………………… for which payment will and truly to be made of the said
Purchaser, the Bank binds itself, its successors and assigns by these present.

THE CONDITIONS of the obligation are:

1. If the Bidder withdraws his bid during the period of bid validity specified by the Bidder on
the Bid form or

2. If the Bidder, having been notified of the acceptance of his bid by the Purchaser during the
period of bid validity

(a) fails or refuses to execute the Contract, if required; or


(b) fails or refuses to furnish the Performance Security, in accordance with the
instructions to Bidders.

We undertake to pay to 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 owning to the occurrence of one or
both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force upto and including SIXTY (60) days after the Period of bid
validity and any demand in respect thereof should reach the Bank not later than the specified
date/dates.

Signature of the Bank Authority

Name

Signed in Capacity of

Name & Signature of witness Full address of Branch

Address of witness Tel No. of Branch

Fax No. of Branch

- END OF SECTION 7 –

Page 45 of 57
SECTION - 8
Tender No.: TCIL/15/1758/I/17-MM/14E 30/05/2017
PERFORMANCE BANK GUARANTEE (PBG Format)
(TO BE ISSUED BY A DELHI BRANCH)

M/s Telecommunications Consultants India Ltd.,


TCIL Bhawan, Greater Kailash-I
New Delhi – 110 048 (INDIA)
(With due stamp duty if applicable)

OUR LETTER OF GUARANTEE No. : ______________


In consideration of TELECOMMUNICATIONS CONSULTANTS INDIA LIMITED, having its
office at TCIL Bhawan, Greater Kailash-I, New Delhi – 110 048 (INDIA) (hereinafter referred to
as “TCIL” which expression shall unless repugnant to the content or meaning thereof include all its
successors, administrators and executors) and having entered into an agreement dated
___________/issued Purchase Order No. ___________________________________ dated
_______ with/on M/s _________________________________________________ (hereinafter
referred to as “The Supplier” which expression unless repugnant to the content or meaning thereof,
shall include all the successors, administrators, and executors).

WHEREAS the Supplier having unequivocably accepted to supply the materials as per terms and
conditions given in the Agreement dated ________ /Purchase Order No.
__________________________ dated ___________ and TCIL having agreed that the Supplier
shall furnish to TCIL a Performance Guarantee for the faithful performance of the entire contract,
to the extent of 10% (ten percent) of the value of the Purchase Order i.e. for
_______________________.

We, __________________________________________ (“The Bank”) which shall include OUR


successors, administrators and executors herewith establish an irrevocable Letter of Guarantee No.
____________ in your favour for account of __________________________ (The Supplier) in
cover of performance guarantee in accordance with the terms and conditions of the
Agreement/Purchase Order.

Hereby, we undertake to pay upto but not exceeding ___________ (say


____________________________ only) upon receipt by us of your first written demand
accompanied by your declaration stating that the amount claimed is due by reason of the Supplier
having failed to perform the Agreement and despite any contestation on the part of above named
supplier.

This Letter of Guarantee will expire on ___________ including 30 days of claim period and any
claims made hereunder must be received by us on or before expiry date after which date this Letter
of Guarantee will become of no effect whatsoever whether returned to us or not.
_________________
Authorized Signature
Manager
Seal of Bank

- END OF SECTION 8 -

Page 46 of 57
SECTION-9
Tender No.: TCIL/15/1758/I/17-MM/14E 30/05/2017

BID SUBMISSION FORM

Offer No.: ____________________________________ Date: _____________

To
Group General Manager (MM)
Telecommunications Consultants India Limited
TCIL Bhawan, Greater Kailash-I,
New Delhi-110 048 (INDIA).

Dear Sir,

In response to your Tender No. TCIL/15/1758/I/17-MM/14E dated 30/05/2017 for supply,


installation, testing, commissioning and maintenance of CCTV surveillance system at multiple
locations across India, we hereby submit our offer herewith.

1. Bidder Name : ____________________________________

2. Website Address : ____________________________________

3. Email Address : ____________________________________

4. Address for Communication : ____________________________________


____________________________________
____________________________________

5. Telephone Number : ____________________________________

6. Fax/Telefax Number : ____________________________________

7. Authorised Person - Name: ____________________________________


Designation: ____________________________________
Mobile No.: ____________________________________
Email ID: ____________________________________

8. Alternate Person Name: ____________________________________


Designation: ____________________________________
Mobile No.: ____________________________________
Email ID: ____________________________________

9. PAN Number : ____________________________________

10. TIN Number : ____________________________________


State: ____________________________________

11. Service Tax Regn. No. : ____________________________________

12. ECC Number : ____________________________________

13. Beneficiary’s complete Bank Details in case payment through LC is approved.


Bank Account No. : ____________________________________
IFSC / NEFT Code : ____________________________________
Name of the Bank : ____________________________________
Page 47 of 57
Address of the Branch : ____________________________________

14. Particulars of EMD


Amount : Rs. _________________________________
Mode of Payment (DD/BG) : ____________________________________
DD/BG No. : ____________________________________
Date : ____________________________________
Name of the Bank : ____________________________________
Address of the Bank : ____________________________________
Validity of BG : ____________________________________

15. Particulars of Tender Fee


Amount : Rs._________________________________
DD No. : ____________________________________
Date : ____________________________________
Name of the Bank : ____________________________________
Address of the Bank : ____________________________________

16. Turnover of the Bidder in last 3 years (Please submit copy of Annual Report)

Year Year Annual Report attached Turnover in Rs. (Lakh)


at Page No.
2015-2016
2014-2015
2013-2014
Average Turnover

17. Details of similar work / order executed during last 2 years (Please submit copy of completion
certificate from the client.

Description of Value of Name of the Start Date Finish Date Doc. Evidence
the Work/Order Client at Page No.
Work/Order Executed
Executed

18. Please mention the place from where shipment will be effected.
_______________________________________________________________________

19. Country of Origin of Goods offered (Itemwise)


_______________________________________________________________________

20. Please Mention Mode of Shipment (Sea/Air/Rail/Road)


_______________________________________________________________________

21. Are you a MSME Unit. If yes, please furnish Registration Details, Name of the DIC/State.
_______________________________________________________________________

_______________________________________________________________________

22. If you are MSME is it owned by SC/ST Entreneurs. If Yes, please specify the Name of the
Owner who is SC or ST.
_______________________________________________________________________

Page 48 of 57
23. Following Documents are submitted to substantiate other eligibility criteria.

i) _________________________________________________________________

ii) ________________________________________________________________

iii) ________________________________________________________________

DECLARATION

1) We have read and understood the terms & conditions of the above mentioned tender and
comply to all Terms & Conditions of your Tender.
(In case of any deviation the Bidder must attach a separate sheet clearly mentioning the Clause
No. of the Tender and Deviation thereto)
2) We certify that the information mentioned above are true and correct to best of our knowledge.
3) In case of receipt of order, we confirm that payment shall be received through e-Banking /
Electronics Transfer/Letter of Credit (LC).
4) This offer contains ________ No. of pages including all Annexure and Enclosures.

Place: Signature of Authorized Signatory


Date: Name:
Designation:
Seal:

- END OF SECTION 9 –

Page 49 of 57
SECTION-10
Tender No.: TCIL/15/1758/I/17-MM/14E 30/05/2017

No-Conviction Certificate [On the letterhead of the Organization] This is to certify that
____________________ (Name of the organization), having registered office at
____________________________________________ (Address of the registered office) has never
been blacklisted or restricted to apply for any such activities by any Central / State Government
Department or Court of law anywhere in the country.

Signature:

Name of the Authorized


Signatory: Designation:

Contact details (including E-mail):

Date:

NOTE: In case of consortium bidder, each member of the consortium shall submit this
certificate individually.

END OF SECTION-10

Page 50 of 57
SECTION-11

Tender No.: TCIL/15/1758/I/17-MM/14E 30/05/2017

INTEGRITY PACT
General
This Agreement (hereinafter called the Integrity Pact) is made on ______ day of the ___________
month of 2017, between on one hand, Telecommunications Consultants India Ltd. (TCIL) acting
through Sh._________________________________________ (Name & Designation of the
officer) (Hereinafter called the “BUYER” which expression shall mean and include, unless the
context otherwise requires, his successors in office and assigns) of the First Part and M/s.
____________________________________________ (Name of the Company) represented by
Sh.___________________________________ ______________ Chief Executive
Officer/Authorized Signatory (Name & Designation of the officer) (hereinafter called the
“BIDDER/Seller” which expression shall mean and include, unless the context otherwise requires,
his successors and permitted assigns) of the Second Part.
WHEREAS THE BUYER invites bid against Tender/RFO/EOI/RFP/RFQ for the
________________________________________________________________________________
________________________________________________________________________________
____________________________________________________________________________
(Name of the Stores/Equipment/Services, Ref No. & Date) and the BIDDER/Seller is willing to
submit bid for the same and WHEREAS the BIDDER is a Private Company/ Public Company/
Government Undertaking/ Partnership Firm/Proprietorship Firm/ Registered Export Agency,
constituted in accordance with the relevant law in the matter and the BUYER is a Public Sector
Undertaking.
NOW, THEREFORE
To avoid all forms of corruption by following a system that is fair, transparent and free from any
influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be
entered into with a view to :-
Enabling the BUYER to obtain the desired said stores/equipment/Services at a competitive price in
conformity with the defined specifications by avoiding the high cost and the distortionary impact of
corruption on public procurement, and Enabling BIDDERs to abstain from bribing or indulging in
any corrupt practice in order to secure the contract(s) by providing assurance to them that their
competitors will also abstain from bribing and other corrupt practices and the BUYER will commit
to prevent corruption, in any form, by its officials by following transparent procedures.
The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:-
1. Commitments of the BUYER
1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly with
the contract(s), will demand, take a promise for or accept, directly or through intermediaries,
any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other
advantage from the BIDDER, either for themselves or for any person, organization or third
party related to the contract(s) in exchange for an advantage in the bidding process, bid
evaluation, contracting or implementation process related to the contract(s).
1.2 The BUYER will, during the pre-contract stage, treat all BIDDERs alike, and will provide to all
BIDDERs the same information and will not provide any such information to any particular
BIDDER which could afford an advantage to that particular BIDDER in comparison to other
BIDDERs.
1.3 All the officials of the BUYER will report to the CMD, TCIL any attempted or completed
breaches of the above commitments as well as any substantial suspicion of such a breach.

Page 51 of 57
2. In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER
to the BUYER with full and verifiable facts and the same is prima facie found to be correct by
the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including
criminal proceedings may be initiated by the BUYER and such a person shall be debarred from
further dealings related to the contract(s) process. In such a case while an enquiry is being
conducted by the BUYER the proceedings under the contract(s) would not be stalled.
3. Commitments of BIDDERs
The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair
means and illegal activities during any stage of its bid or during any pre-contract or post-
contract stage in order to secure the contract(s) or in furtherance to secure it and in particular
commit itself to the following :-
3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration,
reward, favour, any material or immaterial benefit or other advantage, commission, fees,
brokerage or inducement to any official of the BUYER, connected directly or indirectly with
the bidding process, or to any person, organization or third party related to the contract(s) in
exchange for any advantage in the bidding, evaluation, contracting and implementation of the
contract(s).
3.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly or
indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or
other advantage, commission, fees, brokerage or inducement to any official of the BUYER or
otherwise in procuring the contract(s) or forbearing to do or having done any act in relation to
the obtaining or execution of the contract(s) or any other contract(s) with TCIL for showing or
forbearing to show favour or disfavour to any person in relation to the contract(s) or any other
contract(s) with TCIL.
3.3 BIDDERs shall disclose the name and address of agents and representatives and Indian
BIDDERs shall disclose their foreign principals or associates.
3.4 BIDDERs shall disclose the payments to be made by them to agents/brokers or any other
intermediary, in connection with this bid/contract(s).
3.5 The BIDDER further confirms and declares to the BUYER that the BIDDER has not engaged
any individual or firm or company whether Indian or foreign to intercede, facilitate or in any
way to recommend to the BUYER or any of its functionaries, whether officially or unofficially
to the award of the contract(s) to the BIDDER, nor has any amount been paid, promised or
intended to be paid to any such individual, firm or company in respect of any such
intercession, facilitation or recommendation.
3.6 The BIDDER, either while presenting the bid or during pre-contract negotiations or before
signing the contract(s) shall disclose any payment he has made, is committed to or intends to
make to officials of the BUYER or their family members, agents brokers or any other
intermediaries in connection with the contract(s) and the details of services agreed upon for
such payments.
3.7 The BIDDER will not collude with other parties interested in the contract(s) to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting and
implementation of the contract(s).
3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means
and illegal activities.
3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on
to others any information provided by the BUYER as part of the business relationship, regarding
plans, technical proposals and business details, including information contained in any electronic
data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such
information is divulged.
3.10 The BIDDER commits to refrain from giving any complaint directly or through any other
manner without supporting it with full and verifiable facts.
3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of the
actions mentioned above.
3.12 If the Bidder or any employee of the BIDDER or any person acting on behalf of the BIDDER,
either directly or indirectly, is a relative of any of the officers of the BUYER, or alternatively,
Page 52 of 57
if any relative of an officer of the BUYER has financial interest/stake in the BIDDER’s firm,
the same shall be disclosed by the BIDDER at the time of filing of tender.
The term ‘relative’ for this purpose would be as defined in Section 6 of the Companies Act
1956.
3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings
or transactions, directly or indirectly, with any employee of the BUYER.
3.14 The BIDDER will not bring any Political, Governmental or Diplomatic influence to gain
undue advantage in its dealing with BUYER.
3.15 The BIDDER will promptly inform the Independent External Monitor (of BUYER) if he
receives demand for a bribe or illegal payment/benefit and
i. If comes to know of any unethical or illegal practice in BUYER.
ii. If he makes any payment to any BUYER Associate.
3.16 The BIDDER will undertake to demand from all sub-contractors a commitment in conformity
with this Integrity Pact.
3.17 The Bidder will not enter with other Bidders into any undisclosed agreement or understanding,
whether formal or informal. This applies in particular to prices, specifications, certifications,
subsidiary contracts, submission or non-submission of bids or any other actions to restrict
competitiveness or to introduce cartelisation in the bidding process.
4. Previous Transgression
4.1 The BIDDER declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pact, with any other company in any country in
respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in
India or any Government Department in India that could justify BIDDER’s exclusion from
the tender process.
4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be
disqualified from the tender process or the contract(s), if already awarded, can be terminated
for such reason.
5. Sanctions for Violations
5.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on
its behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER to
take all or any one of the following actions, wherever required:-
i) To immediately call off the pre contract negotiations without assigning any reason or giving
any compensation to the BIDDER. However, the proceedings with the other BIDDER(s)
would continue.
ii) The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit/Performance
Bond (after the contract(s) is/are signed) shall stand forfeited either fully or partially, as
decided by the BUYER and the BUYER shall not be required to assign any reason
therefore.
iii) To immediately cancel the contract(s), if already signed, without giving any compensation
to the IDDER.
iv) To recover all sums already paid by the BUYER, and in case of an Indian BIDDER with
interest thereon at 5% higher than the prevailing Base Rate of State Bank of India, while in
case of a BIDDER from a country other than India with interest thereon at 5% higher than
the LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in
connection with any other contract(s), such outstanding payment could also be utilized to
recover the aforesaid sum and interest.
v) To encash the advance Bank Guarantee and performance bond/warranty bond, if furnished
by the BIDDER, in order to recover the payments, already made by the BUYER, alongwith
interest.
vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay
compensation for any loss or damage to the BUYER resulting from such
cancellation/rescission and the BUYER shall be entitled to deduct the amount so payable
from the money(s) due to the BIDDER

Page 53 of 57
vii) To debar the BIDDER from participating in future bidding processes of TCIL for a
minimum period of five years, which may be further extended at the discretion of the
BUYER.
viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or
agent or broker with a view to securing the contract(s).
ix) In cases where irrevocable Letters of Credit have been received in respect of any
contract(s) signed by the BUYER with the BIDDER, the same shall not be opened.
x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same
without assigning any reason for imposing sanction for violation of this Pact.
xi) Any other action as decided by CMD, TCIL based on the recommendation by Independent
External Monitors (IEMs).
5.2 The BUYER will be entitled to take all or any of the actions mentioned at para 5.1(i) to (xi)
of this Pact also on the Commission by the BIDDER or any one employed by it or acting on
its behalf (whether with or without the knowledge of the BIDDER), of an offence as defined
in Chapter IX of the Indian Penal Code, 1860 or Prevention of Corruption Act 1988 or any
other statute enacted for prevention of corruption.
5.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been
committed by the BIDDER shall be final and conclusive on the BIDDER. However, the
BIDDER can approach the Independent External Monitor (s) appointed for the purposes of
this Pact.
5.4 For any breach of the provisions of Clauses 1.1 to 1.3 by the Buyer, action as mentioned at
Clause 2 shall be applicable.
6. Independent External Monitor (IEMs)
6.1 The BUYER has appointed Independent External Monitors (IEMs) for this Pact in consultation
with the Central Vigilance Commission. Names and email addresses of the IEMs are given on
TCIL Website.
6.2 The task of the IEMs shall be to review independently and objectively, whether and to what
extent the parties comply with the obligations under this Pact.
6.3 The IEMs shall not be subject to instructions by the representatives of the parties and perform
their functions neutrally and independently. They report to the CMD, TCIL.
6.4 Both the parties accept that the IEMs have the right to access all the documents relating to the
project/procurement, including minutes of meetings.
6.5 As soon as the IEM notices, or has reason to believe, a violation of this Pact, he will so inform
the CMD, TCIL. The IEM can in this regard submit nonbinding recommendations. If TCIL has
not, within the reasonable time, taken visible action to proceed against such offence, the IEM
may inform directly to the Board of Directors, TCIL.
6.6 The BIDDER(s) accepts that the IEM has the right to access without restriction to all Project
documentation of the BUYER including that provided by the BIDDER. The BIDDER will also
grant the IEM, upon his request and demonstration of a valid interest, unrestricted and
unconditional access to his project documentation. The same is applicable to Subcontractors.
The IEM shall be under obligation to treat the information and documents of the BIDDER /
Subcontractor(s) with confidentiality.
6.7 The BUYER will provide to the IEM sufficient information about all meetings among the
parties related to the Project provided such meetings could have an impact on the contractual
relations between the parties. The parties will offer to the IEM the option to participate in such
meetings.
6.8 The IEM will submit a written report to the CMD, TCIL within 8 to 10 weeks from the date of
reference or intimation to him by the BUYER/BIDDER and, should the occasion arise, submit
proposals for correcting problematic situations.
6.9 The word 'IEM' would include both singular and plural.
7. Facilitation of investigation
In case of any allegation of violation of any provisions of this Pact or payment of Commission, the
BUYER or its agencies shall be entitled to examine all the documents including the Books of
Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in
English and shall extend all possible help for the purpose of such examination.
Page 54 of 57
8. Law and Place of jurisdiction
This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the
BUYER (i.e. New Delhi).
9. Other Legal Actions
9.1 The actions stipulated in this Integrity Pact are without prejudice to any other legal action that
may follow in accordance with the provisions of the extant law in force relating to any civil or
criminal proceedings.
9.2 The arbitration clause provided in the tender document/contract shall not be applicable for any
issue/dispute arising under Integrity Pact.
10. Validity
10.1 The validity of this Integrity Pact shall be from the date of its signing and extend up to 5 years
or the complete execution of all the contracts to the satisfaction of both the BUYER and
BIDDER/Seller, including warranty period, whichever is later. In case BIDDER is
unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of
the contract.
10.2 Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact
shall remain valid. In this case, the parties will strive to come to an agreement to their original
intentions.
10.3 If any claim is made / lodged during this time, the same shall be binding and continue to be
valid despite the lapse of this pact as specified above, unless it is discharged / determined by
CMD, TCIL.
10.4 Changes and supplements need to be made in writing.
10.5 If the Contractor is in a partnership or a consortium, this agreement must be signed by all
partners or consortium members.

11. The parties hereby sign this Integrity Pact at ___________ on ___________ .

BUYER BIDDER/SELLER
Signature ______________________ ______________________

Name of the officer ______________________ ______________________

Designation ______________________ ______________________

Name of the Company ______________________ ______________________

Address ______________________ ______________________

______________________ ______________________

Dated: ______________________ ______________________

Witness-1 (Buyer) Witness-1


(Bidder/Seller)
Signature ______________________ ______________________

Name of the officer ______________________ ______________________

Designation ______________________ ______________________

Name of the Company1 ______________________


______________________

Address ______________________ ______________________

Page 55 of 57
______________________
______________________

Dated: ______________________ ______________________

Witness-2 (Buyer) Witness-2


(Bidder/Seller)

Signature ______________________ ______________________

Name of the officer ______________________ ______________________

Designation ______________________ ______________________

Name of the Company ______________________ ______________________

Address ______________________ ______________________

______________________ ______________________

Dated: ______________________ ______________________

“This tender is covered under Integrity Pact Programme of TCIL and Contractors are required to
sign the Integrity Pact Document and submit same to TCIL before or along with the bids in the
format given below.

TCIL reserves the right to accept or reject any or all the tenders without assigning any reason.

END OF SECTION-11

Page 56 of 57
Page 57 of 57

Anda mungkin juga menyukai