Td_16 Channel Voice Logger System

Embed Size (px)

Citation preview

  • 8/8/2019 Td_16 Channel Voice Logger System

    1/27

    OFFICE OF THE DY. COMMISSIONER OF POLICE: PROV. & LOGISTICS:(AN ISO 9001 : 2000 UNIT)

    5, RAJPUR ROAD, DELHI-110054 (FAX NO. 011-23993344 & 23974427)

    NOTICE INVITING TENDER

    Sealed tenders are invited by the undersigned in two-bid system for supply &

    installation of 10 Nos. Multi Channel Voice Loggers System (16 Channel) for use in

    Delhi Police . The detailed tender document can be downloaded from Websites:

    www.delhipolice.nic.in or www.delhigovt.nic.in or obtained from the office of the

    undersigned at 5, Rajpur Road, Delhi-110054 during office hours on any working day till

    23.09.2010. Last date for submission of the tender is 24.09.2010 by 1045 hrs. which will

    be opened on the same day at 1100 hrs. In case the due date is declared holiday, the

    tenders will be opened on the next working day.

    ( S.D. MISHRA )ADDL. DY. COMMISSIONER OF POLICE,

    PROV. & LOGISTICS: DELHI.

    Page 1 of 27

    http://www.delhipolice.nic.in/http://www.delhigovt.noic.in/http://www.delhipolice.nic.in/http://www.delhigovt.noic.in/
  • 8/8/2019 Td_16 Channel Voice Logger System

    2/27

    CHAPTER 1INSTRUCTIONS TO BIDDERS

    1. General:1.1 Bids are invited in two bid system (i) Technical Bid & (ii) Commercial Bid from

    manufacturers or their authorized distributors and also from Government/Semi-GovernmentOrganizations, Public Sector Undertakings for the purchase of 10 Nos. Multi Channel Voice

    Loggers System (16 Channel) for use in Delhi Police (hereinafter referred tointerchangeably as the Equipments or the Items or the Goods or the Stores orthe System) as per the Technical Specifications (Chapter-4) in this document.

    1.2 Bidders are advised to study the tender document carefully & thoroughly. Submission of tender shall be deemed to have been done after careful study and examination of the tender document with full understanding of its implications.

    1.3 It will be imperative on each bidder to fully acquaint himself with all the local conditions andfactors, which would have any effect on the performance of the contract and cost of thegoods. No request for the change of price or time schedule of delivery of Goods shall beentertained, on account of any local condition or factor once the offer is accepted by thePurchaser.

    1.4 The Purchase committee with the approval of competent authority reserves the right torelax any terms & conditions in the Govt. interest .

    1.5 Bidders shall not be permitted to alter or modify their bids after expiry of the deadline for receipt of Bids.

    2. Schedule of Tender:2.1 The tender document can be obtained free of cost from the office of Deputy Commissioner of

    Police, (Prov. & Logistics), 5, Rajpur Road, Delhi-110054 during office hours on anyworking day till 23.09.2010. Alternatively the tender document can be downloaded fromDelhi Police website www.delhipolice.nic.in as well as Delhi Govt. websitewww.delhigovt.nic.in

    2.2 In both the cases, a non-refundable tender fee of Rs. 500/- (Rupees Five Hundred only) inthe form of a Demand Draft/Pay Order/Bankers Cheque from any of the commercial banksdrawn in favour of Dy. Commissioner of Police (Prov. & Logistics), 5, Rajpur Road, Delhi-110054 shall be enclosed alongwith the Technical Bid of Tender. Failure to submit thetender fee would result is rejection of the bid.

    2.3 The sealed bids will be accepted till 1045 hrs. on 24.09.2010. The sealed bids can be put personally in the Tender Box kept in the Reception office of the DCP/Prov. & Logistics.Alternatively, the bids may be sent by Registered Post/Courier/Speed Post addressed to theDeputy Commissioner of Police, Prov. & Logistics, 5 Rajpur Road, Delhi -110054 so asto reach latest by the stipulated date and time.

    2.4 The Technical bids will be opened at 1100 hrs. on 24.09.2010 in the Committee Room, at 5,

    Rajpur Road, Delhi. The bidders or their authorized representatives may be present, if they sodesire.2.5 The representatives (Employee, Manager, Owner, Partner, Director) of the firms participating in

    the tender meetings including Technical Evaluation Committee meetings etc . must carryauthorization letters from the firm concerned.

    2.6 As part of Technical Evaluation of Bids, the Bidders shall arrange presentation and livedemonstration of their quoted Equipments/Items within a period of 7-10 days from theopening of the technical bids to show that they fully conform to this tender. The bidders will

    be intimated the exact date and time slot for them to carry out such demonstration. The bidders are advised to make all necessary arrangement for the live demonstration of their quoted equipment/items well in advance as they will be required to adhere to the time

    schedule given to them soon after bid opening/technical bid evaluation. An undertaking tothis effect is submitted by the bidders that firm is ready to live demonstration of their quotedequipment/item within 07 days from the date of opening of the Technical Bid.

    Page 2 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    3/27

    2.7 After evaluation of the technical bids and live demonstration, the short-listed bidders will beintimated. The list of short listed bidders will also be posted on the departments website.The decision of the committee on technical suitability of the offer shall be final and shallnot be open for discussion.

    2.8 The Commercial bids of the short-listed Bidders will be opened in the Committee Room at5, Rajpur Road, Delhi and such short-listed bidders will be intimated about the date and timeaccordingly. The short-listed bidders or their authorized representatives may present, if theyso desire, as per clause No.2.6 of Chapter-1.

    3. Delivery, Installation and Commissioning : Delivery, installation, testing & commissioningof the equipments at Delhi Police premises shall be completed by the Supplier in accordancewith the terms specified by the Purchaser within 30 (Thirty) days from the date of Award of Contract.

    4. Purchasers Right to vary quantities at the time of placement of Supply Order/signingof Contract: The Purchaser reserves the right to vary the quantities and/or split the order among theselected Bidders, in case the L-1 rates are the same.

    5. Purchasers right to accept any Bid and to reject any or all bids: The Purchaser reservesthe right to accept any bid, and to annul the bid process and reject all bids at any time,without assigning any reason, prior to placement of supply order/ signing of contract, withoutthereby incurring any liability to the affected Bidder(s) or any obligation to inform theaffected Bidder(s) of the grounds for the Purchasers action.

    6. Bidder Qualification : The Bidder as used in the tender document shall mean the one whohas signed the Bid Form. The Bidder may be either the manufacturer of the Goods for which

    prices are quoted on the Price Schedule, Chapter5 or his duly authorized distributors inwhich case he shall submit a certificate of authorization from the manufacturer alongwith

    proof of manufacturing of good by manufacturer.

    7. Bid Security (Earnest Money):7.1 Bid Security (Earnest Money) amount of Rs.1,00,000/- in the form of Account Payee

    Demand Draft, Fixed Deposit Receipt, Bankers Cheque or Bank Guarantee, from any of thecommercial banks, in favour of Deputy Commissioner of Police, Prov. & Logistics, Delhi.Failure to do so will result in the rejection of the bid.

    7.2 The bidders registered with Central Purchase Organization (e.g. DGS&D), National SmallIndustries Corporation (NSIC) may be exempted from depositing of Earnest Money. The

    bidders shall have to enclose documentary proof to authenticate their firms registration withthese organizations for the specific item to avail this exemption.

    7.3 The Bid Security (Earnest Money) shall be valid for forty five days beyond the bid validity period from the date of opening of the Bid by the Purchaser. No interest will be payable bythe Purchaser on this amount.

    7.4 The Bid Security (Earnest Money) may be forfeited:a) if a Bidder withdraws his bid during the period of bid validity; or

    b) in the case of the finally selected Bidder, if the Bidder fails;i) to sign the Contract in accordance Clause 1 of Chapter-2; or

    ii) to furnish Contract Performance Security in accordance with Clause 2 of Chapter-2;or

    iii) if at any stage any of the information/ declaration is found false.7.5 Bid Security (Earnest Money) in respect of the finally selected Bidder will be discharged

    upon the Bidder signing the Contract, pursuant to Clause 1 of Chapter-2 and furnishing thePerformance Guarantee, pursuant to Clause 2 of Chapter-2.

    7.6 Bids not accompanied by Earnest Money would be summarily rejected.8. Period of Validity of Bids: Bids shall remain valid for 06 (Six) calendar months from the

    date of Bid opening. A bid valid for a shorter period may be rejected by the Purchaser asnon-responsive.

    Page 3 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    4/27

    9. Registration with Sales Tax/VAT Department : The bidders should have their firmregistered with the Sales Tax/VAT Department, with respect to Sales Tax/ VAT and shall furnishcopies of the same with their Technical Bid alongwith their latest Sales Tax/VAT ClearanceCertificates on the enclosed proforma (Annexure-C8 of Chapter-7) from the concerned department.

    10. Terms and conditions of Tendering Firms:10.1 Printed terms and conditions of Bidder shall not be considered as forming part of their Bids.

    10.2 Bidder must state categorically whether or not his offer conforms to all the tender terms andconditions. If there is a variation in any of the terms and conditions, the extent of variationand the reasons thereof shall be clearly mentioned in the technical bid.

    10.3 Bidder must state categorically whether or not his offer conforms to the specifications givenin Chapter 4 , specify clearly deviation if any of the tender. Bidder is free to quote better version or to add any better configuration in line with technical specification of Chapter 4 .

    10.4 Bidder must provide all the upgrades for the next 3 + 5 years including customization andmaintenance. The bidder should attach an undertaking with the Technical Bid.

    11. Bid Requirements:11.1 The Bidder must quote for the required quantities item wise as listed under the Schedule of

    Requirements ( Chapter - 3 ) in the Price Schedule format, Chapter5.11.2 The Successful Bidder(s), irrespective of their registration status, shall be required to furnish

    Contract Performance Bank Guarantee for 10% of the Contract Price, at the time of award of Contract as per the prescribed proforma ( Annexure-C 6 of Chapter-7 & Clause 2of Chapter-2 . The Performance Security can also be furnished in the shape of A/c PayeeDemand Draft/FDR from any of the commercial bank.

    11.3 All the bidders participating in the Tender must submit a list of their owners, partners, etc.and a certificate to the effect that the firm is neither blacklisted by any GovernmentDepartment nor any Criminal Case is registered against the firm or its owner or partners or directors anywhere in India. Any firm black listed by any Govt. Department andCriminal Case is registered shall not be considered for this tender.

    11.4 Conditional bids will not to be entertained and summarily rejected.11.5 Optional bids will not to be entertained and summarily rejected. The firm should have toquote only one model. The optional either in model or in rates will not be accepted and thetender will be rejected straightway.

    11.6 Telex/Fax bids will not to be entertained and summarily rejected.11.7 Incomplete bids will not to be entertained and summarily rejected.11.8 The bid shall contain no interlineations; errors or overwriting and all pages of the Bid must be

    signed and sequentially numbered by the Bidder.11.9 The bidders must furnish a copy of manufacturing certificate by showing specific

    equipments/items issued in their favour from any Govt. agency.

    12. BID PRICES :12.1 The Bidder shall indicate on the Price Schedule, Chapter5 attached to these documents the

    Unit Prices and total Prices of the Goods it proposes to supply under this tender in thefollowing manner:-

    i. Unit price for each Item in Indian Rupeesii. Extended price in Indian Rupees.iii. Custom duty/Excise duty, if applicable (alongwith the rate of duty)iv. Sales Tax/VAT in Indian Rupees.v. Other Govt. levies, if any.vi. Incidental charges, if any.

    vii. Total Price, FOR destination.viii. AMC Charges per annumNote: Optional rates shall not be considered and the bid shall be rejected.

    Page 4 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    5/27

    12.2 It should be noted that payment by the Purchaser towards other Govt. levies/incidentalcharges, if any, would be made at actual against documentary proof submitted by theContractor/Supplier.

    12.3 The supply/billing should be made from the firm/place of C.S.T./ST/VAT Registration/Clearance.

    12.4 The Purchaser will make all payments, under this contract, in Indian rupees.12.5 The bidder should ensure that all columns of the price schedule [Chapter-5] are duly filled

    and no column is left blank. After opening of the price bid, no clarifications whatsoever shall be entertained by the Purchase Committee.

    13. GUARANTEE/WARRANTY & AMC13.1 The Bidder shall provide on site comprehensive Guarantee/Warranty for all goods/equipment

    at least for a period of 03 (three) Years from the date of final acceptance of the equipmentand also provide comprehensive Annual Maintenance of the entire equipment for all 05(Five) Years after expiry of the warranty/guarantee period of 03 years .

    13.2 AMC is to be considered as a loading factor and a criterion for deciding the lowest bidder.

    14 Contents of Bid : The Bids prepared by the Bidder shall comprise of the following twocomponents:-

    a) Technical Bid comprising of the following and to be filled on the format sheets provided in each Tender Document. This is mandatory:

    i.

    Demand Draft for Rs.500/- in favour of Deputy Commissioner of Police (P&L),Delhi shall be attached towards Tender fee (Clause 2.2, Chapter-1).

    ii.

    EMD in the shape of A/C Payee/Demand Draft/Pay Order/Bank Guarantee/FDR infavour of Deputy Commissioner of Police, Prov. & Logistics, Delhi. (Clause 7 of Chapter 1)

    iii.

    Copies of ST/VAT Regn. & Clearance Certificates (Clause 9, Chapter 1)

    iv.

    Copy of Manufacturing/Authorization Certificate.

    v.

    Bidders Particulars (Annexure C-1, Chapter 7)

    vi.

    Certificate as per clause 11.3 of Chapter 1.

    vii.

    Technical Specifications of the Goods (Chapter 4)

    viii.

    All technical brochures/documents relevant to the Bid.

    Page 5 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    6/27

    ix.

    Undertaking as per clause 11.1 of Chapter-2.

    x.

    Undertaking as per clause 10.4 of Chapter-1.

    xi.

    Certificate as per clause 8.2 of Chapter 2.

    xii.

    Undertaking as per Clause No.2.6 of Chapter.1.

    xiii.

    Copy of term & conditions duly signed and stamped.

    xiv.

    Guarantee/Warranty (Annexure C3, Chapter 7).

    xv.

    Bid Form (Annexure C 2, Chapter 7).

    xvi.

    Check List of Technical Bid (Annexure C4, Chapter 7).

    b) Commercial Bid comprising of the following and to be filled in accordance with theformats provided in the Tender Document:

    i) Bid Letter (Annexure C 5, Chapter 7)ii) Price Schedule Chapter -5 & AMC Rates for 5 years after Guarantee warranty

    Period of 3 years.iii) Schedule of Requirements (Chapter 3)iv) Check List of Commercial Bid (Annexure C7, Chapter - 7)

    15. Procedure for Submission of Bids :15.1 It is proposed to have a Two-bid System for this tender:-

    Page 6 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    7/27

    a) Technical Bid in one sealed cover super-scribed Technical Bid, Tender for 10 Nos.Multi Channel Voice Loggers System (16 Channel) for use in Delhi Police and dateof opening . Please note that prices should not be indicated in the Technical Bid.

    b) Commercial Bid in one sealed cover super-scribed Commercial Bid and Tender for10 Nos. Multi Channel Voice Loggers System (16 Channel) for use in DelhiPolice .

    15.2 Both the Technical Bid cover and Commercial Bid Cover prepared as above are to be kept ina single sealed cover super-scribed with Tender for Tender for 10 Nos. Multi ChannelVoice Loggers System (16 Channel) for use in Delhi Police and date of opening.

    15.3 All the covers should also indicate clearly the name and address of the Bidder.15.4 Foreign firm can participate in the tender through their authorized agents appointed in India.

    ADDL. DY. COMMISSIONER OF POLICE:PROV. & LOGISTICS:DELHI

    *******

    Page 7 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    8/27

    CHAPTER 2CONDITIONS OF CONTRACT

    Award of Contract :1.1 Prior to the expiry of the period of bid validity, the Purchaser will notify the finally selected

    Bidder and place the supply order within 7 days thereafter. If a need for extension of the bidvalidity period arises, it should be extended by mutual agreement. The notification of

    award/placement of supply order will constitute the formation of the Contract.1.2 At the time of placement of the supply order, the finally selected Bidder shall sign the contractwith the Purchaser. The finally selected bidder shall bring alongwith him, the power of attorney, the contract performance bank guarantee and common seal etc. for signing thecontract.

    2. Contract Performance Bank Guarantee & AMC PerformanceB.G. :

    2.1 At the time of signing the contract, the Supplier shall furnish a Contract Performance Bank Guarantee for 10 percent of the value of the Contract price, as per the prescribed proforma(Annexure C-2, Chapter 7), from a commercial Bank. The Performance Security can also

    be furnished in the shape of A/C Payee Demand Draft, FDR, Bank Guarantee from any of thecommercial bank.

    2.2 The Contract Performance Security will be in the name of the Deputy Commissioner of Police(Prov. & Logistics), Delhi Police, 5, Rajpur Road, Delhi-110054.

    2.3 The Contract Performance Bank Guarantee should be valid for a period of 03 (three) yearsand 06 (six) months from the date of award of the contract. This will be released after thesuccessful completion of warranty period.

    2.4 In the event of delay in acceptance of the goods, the Supplier shall, at the request of thePurchaser, extend the validity of the Contract Performance Bank Guarantee so as to cover thewarranty period.

    2.5 Thereafter, the supplier shall furnish an AMC Performance Bank Guarantee equivalent to five percent (05%) of the contract price from a commercial bank within the validity period of theContract Performance Security. The Performance Security can also be furnished in the shapeof A/C Payee Demand Draft, FDR, Bank Guarantee.

    2.6 The AMC Performance Security will be in the name of the Deputy Commissioner of Police(Prov. & Logistics), Delhi Police, 5, Rajpur Road, Delhi-110054.

    2.7 The AMC Performance Security should be valid for 60 days beyond 05 (five) years from the dateof expiry of three years warranty. This will be released after the successful completion of theAMC period.

    3. Payment Schedule : The standard payment terms subject to recoveries, if any, under theLiquidated Damages clause will be as follows :-

    3.1 Delivery of goods: The Supplier shall notify the Purchaser about the delivery of the goods tothe Delivery Site one week in advance of the expected date of partial or complete delivery.

    3.2 The Supplier shall ensure that its representatives are present for the inventorisation of theGoods supplied under the contract failing which the Purchaser shall proceed with theinventorisation in the Suppliers absence and the Purchasers inventorisation report shall be

    binding on the Supplier.3.3 The payment will be made after receipt/Final Acceptance of the goods and receipt of

    Suppliers bill complete in all respect, in Indian currency only. No claim for interest ondelayed payment will be entertained.

    3.4 No advance payment shall be made.

    4. Packing, Forwarding & Shipment: The Supplier shall provide proper packing of the goods

    to prevent their damage or deterioration during transit to the final destination site. TheSupplier shall notify Purchaser of the date of each shipment from his works and the expecteddate of arrival of goods at the site.

    Page 8 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    9/27

    5. Delivery, Installation and Commissioning : Delivery, installation, testing & commissioningof the equipments at Delhi Police premises shall be completed by the Supplier in accordancewith the terms specified by the Purchaser within 30 (Thirty) days from the date of Award of Contract.

    6 Insurance: The Goods supplied under the Contract shall be fully insured on a warehouse-to-warehouse basis by the Supplier against loss or damage incidental to manufacture or acquisition,

    transportation, storage and delivery.7. Inspection :7.1 The Purchaser shall have the right to inspect and/or test the goods for conformity to the

    Contract Specification.7.2 Should any inspected or tested Goods fail to conform to the specification, the Purchaser may

    reject them and the Supplier shall either replace the rejected Goods or make all alterationsnecessary to meet specification requirements free of cost to the Purchaser

    7.3 The Supplier shall provide installation and standard test procedures for the individual equipmentand for the complete System offered.

    7.4 The Supplier shall test individual equipment and the complete System after installation at site.The Supplier shall submit complete documentation of all the measurements conducted duringinstallation period for future reference of the Purchaser.

    7.5 A document comprising of the technical problems faced during installation, testing andcommissioning period and their solutions shall be submitted by the Supplier at the time of handling over the completed works to DCP (Prov. & Logistics), Delhi Police.

    7.6 For the purpose of taking over the goods/system supplied, an Acceptance Test shall be carriedout at the Purchaser destination site. The equipment that meets the acceptance test shall only

    be accepted by the Purchaser.7.7 The installation or commissioning shall not be deemed to have been completed unless all the

    Goods and System are accepted by the Purchaser.7.8 Before the equipment is taken over by the Purchaser, the Supplier shall supply installation,

    operation, repair and maintenance manuals of the equipment/system. This shall include the(i) System Interface Drawings, (ii) System Interconnection and Block Diagrams, (iii) User Operation Manuals & (iv) Equipment Maintenance Manuals.

    8. Guarantee/Warrantee:8.1 The Supplier shall provide comprehensive on-site Guarantee/Warranty for all goods/equipment

    supplied under the Contract at least for a period of 03 (three) years from the date of finalacceptance of the equipment.

    8.2 The Supplier must setup a maintenance base in Delhi within a period of two months of the supplyorder to provide maintenance service, of the System being offered, efficiently and

    promptly. Certificate in this regard shall be submitted by the Bidders with their technical bid.

    8.3 If the performance of any individual equipment or System fails to meet the contractspecifications then the same shall be replaced by the Supplier free of cost during the term of the warranty/guarantee period.

    8.4 The Supplier shall provide necessary Software updating free of cost during thewarranty/guarantee period and also during the period of AMC, if awarded.

    8.5 The maintenance services, including spares shall be free of cost during the warranty/guarantee period.

    8.6 During the term of warranty/guarantee the service/repair calls will have to be attended by theSupplier within two hours from the time of such calls. The defective card/item/equipmentshould be repaired the same day at Purchasers location. In case of major defects requiring

    the defective card/item/equipment to be taken to the Suppliers workshop, it should bereturned within a week duly repaired and an immediate substitute card/item/equipment will be provided by the Supplier for the smooth operation of the System. The to and frotransportation of the card/item/equipment will be the responsibility of Supplier.

    Page 9 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    10/27

    8.7 Apart from the service/repair calls, the service engineer deputed by the Supplier will visit the siteonce in every 03 months to carryout the Preventive Maintenance and diagnostics of theequipment during the Warranty Period.

    8.8 Delays in attending the calls and or repairing the defective card/item/equipment beyond timelimit specified in this Clause, without providing the substitute, will attract penalties inaccordance with Clause 12.

    8.9 If the Supplier fails to repair or replace the defective Equipment/ Item, the Purchaser will be freeto get the same repaired/replaced from the market and its cost will be adjusted from theSuppliers Contract Performance Security.

    9 Post-Warranty services and maintenance:9.1 The Supplier shall be responsible for the comprehensive on-site maintenance of the equipment,

    for a minimum period of five years after expiry of the warranty/guarantee period assumingthe life span of the System to be 08 years. The bidder shall indicate the estimated life span of the quoted equipment.

    9.2 The Supplier shall quote the rates for comprehensive Annual Maintenance of the entireequipment in the Price Schedule Chapter5 for all the 05 years after expiry of thewarranty/guarantee period of three years.

    9.3 The payment towards AMC shall be payable periodically after successful completion of themaintenance service during that period, the period being not more than six months.

    9.4 Under the AMC, the Supplier shall provide comprehensive maintenance services of the entireequipment including the spares and there shall be no hidden cost.

    9.5 Preventive maintenance service of the equipment under AMC must be carried out once in threemonths.

    9.6 During the period of AMC, the service/repair calls are to be attended by the Supplier withintwo hours from the time of such calls. The defective equipment should be repaired the sameday at Purchasers location. In case of major defects requiring the defectivecart/item/equipment to be taken to the Suppliers workshop, it should be returned within, aweek duly repaired and immediate substitute card/item/equipment will be provided by thesupplier for the smooth operation of the System. The to and fro transportation of thecard/item/equipment will be the responsibility of Supplier.

    9.7 Delays in attending the calls and or repairing the defective equipment beyond time limitgiven in this Clause, without providing the substitute, will attract penalties. AMC charges of the delayed period will not be paid if the delay is more than 06 hours from the specified timelimit on pro-rata basis.

    9.8 If the Supplier fails to perform any of the Services of the Contract within the time periodspecified in the tender, the Purchaser shall, without prejudice to its other remedies under thetender, deduct from the Contract Performance Bank Guarantee, by way of penalty, a sumequivalent to One (1) percent of the price of the AMC rates for each and every week (part of

    a week being treated as full week) of delay until actual performance, upto a maximumdeduction of Five percent (5%) of the AMC charges.9.9 If the Supplier fails to repair or replace the defective card/item, the Purchaser will be free to

    get the same repaired/replaced from the market and its cost will be adjusted from the pending bills/Security deposit of the Supplier.

    9.10 The Purchaser shall also have the right to decide whether or not to enter into the maintenanceagreement with the Supplier.

    10. Training:10.1 The scope of work envisages that the Bidder shall undertake to train the staff nominated by

    Delhi Police in different aspects of equipment design, functioning, testing, operation &administration, maintenance and repair.

    10.2 The supplier shall at every stage of installation; testing and commissioning provide allfacilities for adequate training of Delhi Police personnel who may be deputed to work on the

    project.

    Page 10 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    11/27

    10.3 The system Administration and Maintenance Training program, at the users location, will bestructured so as to train 20 (Twenty) of the Delhi Police personnel deputed for the purpose.

    10.4 The user operational training program, at the users location, will be structured so as to trainup to 20 (Twenty) of the Purchasers supervisory and training personnel who will, in turn,train individual operators.

    10.5 Bidder will provide complete details on the training programs to be offered including:(1) Material to be covered

    (2) Number of hours of training per operator or technician for each specific course(3) Supporting documentation to be provided.

    11. Spare Parts:11.1 The Bidder will undertake that supplies of necessary maintenance equipment and spare parts

    will be made available for all the Equipment and the complete System for a period of 08(Eight) years on continuing basis and life time spares after 08 years. The Bidder shouldenclose an undertaking to this effect and the same should be attached with Technical Bid.

    11.2 The Bidder shall include in his tender, the break-up of essential spares required for efficientmaintenance of the supplied System in Annexure-C3, Chapter-7 and quote their price inChapter5.

    12. Delay in the Suppliers performance12.1 Delivery of the Goods and performance of Services including Warranty and Post Warranty

    Services shall be made by the Supplier in accordance with the time schedule specified by thePurchaser. Delay by the Supplier in the performance of its Delivery or Service obligationsshall render the Supplier liable to imposition of Liquidated Damages in accordance withClause-13 below and thereafter, upon reaching the maximum deduction set out therein, totermination for default in accordance with Clause-20 below accompanied by forfeiture of Bank Guarantee/Performance Security.

    12.2 If the bidder fails to supply the equipments within the stipulated period, the Purchaser reserves the right to purchase the equipments from open market and difference of bill, if any,

    will be recovered from the bills of the bidder.13. Liquidated Damages : If the Supplier fails to deliver any or all the of the Goods or perform

    the Services within the time period specified in the Contract, the Purchaser shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, asliquidated damages, (not by way of penalty) a sum equivalent to 1(one) percent of the priceof the delayed goods or unperformed service for each & every week (part of a week beingtreated as a full week) of delay until actual delivery or performance, upto a maximumdeduction of 05% (Five Percent) of the undelivered Equipment/Services.

    14. Force Majeure: The Contractor shall not be liable for forfeiture of its performance security,liquidated damages or termination for default, if the delay in performance or other failure to

    perform its obligations under the contract is a result of an event of Force Majeure. For purposes of the clause, Force Majeure means an event beyond the control of the Contractor and not involving the Contractors fault or negligence and not foreseeable. Such events mayinclude wars or revolutions, fires, floods, epidemics, quarantine restrictions, freightembargoes etc.

    15. Patent Indemnification: The Supplier shall indemnify the Purchaser against all third partyclaims of infringement of patent, copyright, trademark, license or industrial design rights,software piracy arising from use of the goods or any part thereof in the Purchasers country.

    16. Waiver: Failure or delay on the part of the Supplier or the Purchaser to exercise right or power hereunder shall not operate as a waiver thereof.

    17. Assignability: Neither this Contract nor any rights under it may be assigned by either Partywithout the express prior written consent of the other Party. However, upon assignment of the assignors interest in this Contract, the assignor shall be released and discharged from itsobligations hereunder only to the extent that such obligations are assumed by the assignee.

    Page 11 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    12/27

    18. Severability: If any portion of this Contract or any of the Contract Documents hereto is heldto be invalid, such provision shall be considered severable, and the remainder of this Contracthereof shall not be affected.

    19. Governing Law: This Contract including the Contract Documents shall be governed by andconstrued in accordance with the laws of India and the Delhi Courts shall have jurisdiction inthis regard.

    20. Termination for Default20.1 The Purchaser may without prejudice to any other remedy for breach of Contract, by Thirty

    (30) days written notice of default sent to the Supplier and upon the Suppliers failure andneglect to propose and/or execute any corrective action to cure the default, terminate thisContract in whole or in part:

    (i) If the Supplier fails to deliver any or all of the Goods within the time period(s)specified in the Contract; or

    (ii) If the Supplier fails to perform any other obligation(s) under the Contract.20.2 On termination of the Contract for default, the security deposit of the Supplier will be

    forfeited.20.3 On termination of the Contract for default, action will be taken to black list the Supplier.

    21. Termination for Insolvency: The Purchaser may at any time terminate the Contract bygiving written notice to the Supplier, without compensation to the Supplier, if the Supplier

    becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to thePurchaser.

    22. Termination for Convenience22.1 The Purchaser shall have the right to terminate the Contract in whole or in part at any time for

    its convenience. The notice of termination shall specify that termination is for thePurchasers convenience, the extent to which performance of work under the contract is

    terminated and the date upon which such termination becomes effective.22.2 The Goods those are complete and ready for shipment within Ninety (90) days after theSuppliers receipt of notice of termination shall be purchased by the Purchaser at the Contractterms and prices. For the remaining Goods the Purchaser may elect:(a) to have any portion completed and delivered at the Contract terms of prices, and/or (b) to cancel the remainder and pay to the Supplier an agreed amount for partially completed

    Goods and for materials and parts previously procured by the Supplier.

    23. Resolution of Disputes: In the case of dispute or difference arising between the Purchaser and the Supplier relating to any matter connected with this contract, the same shall be settled throughamicable negotiations between a maximum of Two (2) officers nominated by the Competentauthority of Delhi Police and Two (2) employees nominated by the Supplier, failing which, thedispute shall be submitted to arbitration in accordance with the provisions of the Arbitration andConciliation Act, and the Arbitrators decision shall be final & binding. The language of arbitrationshall be English. The venue of the conciliation and/or arbitration proceedings shall be in Delhi,India.

    ADDL.DY COMMISSIONER OF POLICE:PROV. & LOGISTICS:DELHI

    *******

    Page 12 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    13/27

    CHAPTER -3

    BILL OF REQUIREMENT FOR MULTI CHANNEL VOICE LOGGERS SYSTEM (16 CHANNEL)FOR USE IN DELHI POLICE SHALL BE AS FOLLOWS:

    Sl. No. Name of the Equipment Qty.1 Multi Channel Voice Log ger system (16 channels) 10 Nos.

    CHAPTER -4TECHNICAL SPECIFICATIONS FOR MULTI CHANNEL VOICE LOGGER SYSTEM

    (16 CHANNELS) FOR USE IN DELHI POLICE(Enclose with Technical Bid)

    1.1 It is proposed that Multi channel Voice Logger system, be purchased which shouldbe able to record conversations on a parallel or direct telephone lines fromexchange System. The system should be able to record calls from:1. The mobile phone diverted on a landline phone or a mobile phone and

    2. The landline phone diverted on a landline phone or a mobile phone, automaticallywithout any human intervention.1.2 16 channel system: The system should have 16 channels for simultaneous

    recording of conversation. The system should have capacity of further modular channel expansion by adding the required number of modules/cards and withoutchanging major system hardware but with a scope to increase the system up to 64channels by adding more cards. Out of these 16 channels at least 4 channels shouldbe capable of recording conversations diverted onto mobile phones.

    1.3 There should be facility of monitoring terminals/workstations each havingcapability of monitoring at least 16 channel through headphones as shown inthe schematic diagram.

    1.4 There should be 1 recording server and four workstations for each 16 channelsystem.

    1.5 The conversation should be first stored on the hard disk of the server provided witheach Voice Logger system. There should be a capacity of storing a minimum of 12,000 hours of conversation. The backup of recorded data should then gettransferred to the archive media automatically as predefined by the user.

    1.6 The bidder should also quote for 2x 500 GB or higher external hard disk (USB) and2x16 GB or higher Pen Drive for archiving/backup purpose.

    1.7 The system should provide good quality of sound with clear reproduction and shouldbe equipped with headphone sets for each workstation and server provided.

    1.8There should be a user programmable facility of audio visual indication on themonitoring terminals for calls activity on pre-defined telephone numbers.

    1.9 Facility of recording/decoding of fax messages on all target numbers should beavailable. The system should able to decode fax message on all the monitored lines.It should be able to decode all standard and non-standard faxes up to a baud rate of 33.6 KBPS. Decoding of fax messages should not take more than 50% of therecorded time. All fax calls should be notified by fax-icons.

    1.10 The software should allow any permutation to be used for quick and easy analysis of the stored conversation.

    1.11 The software should work on the principle of on/off hook (voltage activation mode),PSEUDO, VOX (Voice Operated Mode) & manual (forcefully start the recording). Allfour modes should be fully user programmable for individual target lines.

    1.12 The system should be controlled simultaneously via the local server as well as over workstation PCs. The system should provide the call related information (date, timeduration, no. dialed etc.) on the connected work station.

    Page 13 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    14/27

    1.13 Three levels of security, that is, at the operator level, administrator level, and archivelevel is required for system access control.

    1.14 Sever Specs:Intel Xeon Dual Core Processor 2.33 GHZ or higher, 4 GB RAM DDR-2 RAM, Raidcontroller, 6 x 146 GB 10k rpm SAS hot plug HDD, 17 TFT Colour Monitor, DVD-writer, Keyboard, Mouse etc., with other standard configuration, Microsoft Windows

    Server 2003 standard operating system, Macafee Total Protection.

    Workstation Specs: Dual-Intel Xeon Processor based 2.6 GHZ or higher, 2 GBDDR-2 RAM, 160 GB SATA HDD, DVD writer, 17 TFT Monitor, Optical Mouse,Keyboard, Stereo Speakers with headphones, Integrated INTEL high definitionaudio-7.1 surround sound ready, minimum 6 USB PORTS, in- built 56 KBPSMODEM, Gigabit Ethernet card with other standard configuration, original Microsoftwindows XP professional operating system, Macafee Total Protection, 625 VAoffline UPS with 30 minutes backup.

    UPS : 5 KVA online with 2 hours backup. All other features required for the smooth

    power supply to the system.

    Laser printer : coloured, Network ready, Hi-speed USB (compatible with USB 2.0specifications) port, 600 x 600 DPI minimum, A4 size, printing speed-minimum 20b/w & colour.

    Switch : 16 port Gigabit switch2.1 VOICE RECORDING.2.1.1

    Recording should be available on media like CD/DVD/Pen Drive/External Harddiskand capable of being played separately.

    The audio/fax session copied on the media (DVD/CD/Pen drive/External Harddisk)can be retrieved on any system independent of the Voice Logger set up.2.1.2

    Automatic recording of both side voice conversations simultaneously, on all thechannels should be possible.

    2.1.3

    Option should be there for a quick retrieval of conversations and for replay.

    2.1.4

    There should be provision of easy access and immediate playback.

    2.1.5

    System should have the feature to select the different encoding techniques for recording (ADPCM, PCM, A-LAW, M-LAW), Different encoding techniques should

    be user programmable and independent for each & every channel.2.1.6

    System should have the feature of automatic gain control (AGC).

    2.2 ON LINE/OFF LINE MONITORING.

    2.2.1

    The System should allow simultaneous recording and on-line monitoring of all the 16channels.

    2.2.2

    Simultaneous play back of any line should be possible.

    2.2.3

    The on-line call should be recorded and monitored simultaneously

    2.2.4

    The operators should able to skip from one call to the next on a selected channel.The operators should be able to pause/stop the current call and play another call of a particular channel.

    Page 14 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    15/27

    2.2.5

    Sampling on selected calls to allow a quick review of the selected files. This featureshould not only allow one to choose the time for which one wishes to listen to theselected files but also the point from where one wishes to listen to the conversation.This feature will reflect the daily talk time of all connected channels in a separatewindow.

    2.2.

    6

    System should have the facility to define VOX threshold and delay levels for eachand every channel independently.

    2.3 CALL RELATED INFORMATION2.3.1

    Recording of all incoming and outgoing (DTMF & Pulse) Telephone Numbers.

    2.3.2

    Automatic recording of incoming telephone number in case of logging of call in thePSEUDO Mode (Diverted on Landline or Mobile Phone).

    2.3.3

    All Calls should be recording with Date, Time, Duration of the call with channelnumber, Type of call (VOICE, FAX and SMS), start time and stop time.

    2.3.

    4

    Logging of all the call related information should be available in the software used bythe operator on the server or on the workstation.

    2.3.5

    Tagging for incoming (in) and outgoing (out) numbers against the telephonenumbers to be available.

    2.3.6

    Actual available voltage of telephone lines should be available on front screen.Voltage of each & every channel should be user-adjustable.

    2.3.7

    System should have the provision to add multi-remarks for each & every call loggedby the operator.

    2.3.8

    System should be able to decode, log and display the SMS received on the divertedmobile telephone.

    2.4 SORTING : The System should offer a user friendly operation for sorting throughchannel number, telephone number, call (in/out), start time, end time, duration anddate etc.

    2.5 SEARCHING: The system should offer easy operation for searching the logged callsby channels numbers, date, telephone numbers and calls (in/out).Advance search option should be available to find the related calls based on variousparameters.

    2.6 LAN INTEGRATION: Processing of recorded voice on a local area network shouldbe possible.

    2.7 EDITING FILTERING/ PLAYBACK:

    2.7.1The system should offer provision for all recording messages to be edited andfiltered for noise and the actual meaningful message to be amplified for better soundquality.

    2.7.2

    It should be possible to play the calls at a slower and faster rate.

    2.7.3

    Play and call transcription window should be popped up simultaneously to enablethe operator to hear and type the contents of the call simultaneously. Operator should be able to pause, stop, rewind, and forward the call while typing. This featureshould be embedded in the software without invoking third party software.

    2.7.4

    Tagging of important portions in the call should be available (at least 2-3 instances)so that next time full call should not be replayed and only tagged portion which isrequired for call analysis, is only played.

    2.7.5

    To analysis important sections of any conversation it should be possible to markthem and to repeat them continuously providing a clear and definite evaluation.

    Page 15 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    16/27

    2.7.6

    System should have the feature to slow down or speed up the play back speed inthe in-built media player. Media player for playing, rewinding, forwarding or reviewing the call should be in-built in the main Voice Logger software and shouldnot call any 3 rd party software.

    2.7.8

    Facility to merge multiple calls in one single call should be available.

    2.7.9

    Calls marked as important calls should be locked and not to be deleted withoutadministrator permission.

    2.8 Link with telephone directory: System should have the feature to link to land line/mobile service provider directory for searching the name and address of dialed andincoming telephone numbers. Directory will be provided by the end-user.

    2.9 Archive Recorded calls & related data should be archived (stored) for futurereference and use.Archiving and retrieving should be possible on the basis of target numbers.

    3.0 Back up. Back up of the recorded calls & related data should be available with theoption to select the from and to period for future reference and storage.

    System should have the provision to export selected call (s) in the WAV/MP3 format.While exporting/archiving/back up; all the data Including remarks and transcriptshould be backed up.

    3.1 Phone line voltage drop: The offered system should be a high impedance system.This should ensure no dropping of voice for the person using the telephone due tointroduction of the Voice Logger recorder.

    3.2 Remote playback: The offered system should have the feature to remotely listenthe recorded conversation by the authorized person through telephone network.

    3.3 Site preparation with complete layout of the network, UPS, switch, printer, allelectricity cabling with 2x2 ton Air Conditioning System is within the scope of thecontract.

    3.4 The Vender should provide all the upgrades for the next 3+5 years includingcustomization and maintenance.

    ********

    Page 16 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    17/27

    CHAPTER 5PROFORMA FOR PRICE SCHEDULE

    (Enclose with commercial bid)TENDER FOR THE PURCHASE OF MULTI CHANNEL VOICE LOGGER SYSTEM

    (16 CHANNEL) FOR USE IN DELHI POLICE

    Date of opening................................ Time .........................Hrs.

    We------------------hereby certify that we are established manufacturers/authorized representatives of M/s----------------with factories at------------which are fitted with modern equipment and where production methods, quality control and testing of all materials manufactured or used by us are open to inspection by the representative of the purchaser. We hereby offer to supply the following items at the prices indicatedbelow:

    S.No.

    Description of work/ item

    Qty. UnitPrice

    In IndianRupees

    ExtendedPrice

    In IndianRupees

    (c x d)

    SalesTax

    In IndianRupees

    Customduty, if any

    (to bespecified) In

    IndianRupees

    Other Govt.

    Levies, if any

    (To bespecified)

    Incidentalcharges,

    if any(To be

    specified)

    Total PriceFOR

    DestinationIn IndianRupees

    e+f+g+h+i

    AMCCharges

    per annum

    AMCCharges for 10 units for 05 years(including

    service tax)

    a b c d e f g h i j k l1. Multi

    ChannelVoiceLogger system(16channels)

    10

    NOTE:- 1. RATE SHOULD BE OFFERED ONLY FOR ONE MODEL.2. OPTIONAL BID WILL NOT BE ENTERTAINED AS CLARIFIED IN CLAUSE NO.11.5 OF

    CHAPTER-I (INSTRUCTIONS TO BIDDERS).3. NO CONDITIONS SHOULD BE INSERTED IN THE FINANCIAL BID AS CLARIFIED IN

    CLAUSE NO. 11.4 OF CHAPTER-I (INSTRUCTIONS TO BIDDERS).

    It is hereby certified that we have understood all the terms and conditions specified in the tender document and are thoroughly

    aware of the nature of job required to be done and goods/items to be supplied. We agree to abide by all the tender terms and conditions.

    We hereby offer to carry out the job and (or) supply the goods/items detailed above or such portion(s) thereof as you specify in thenotification of award.

    (Signature and seal of Bidder)

    Dated: _______________________.

    Page 17 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    18/27

    CHAPTER-6Contract Form

    CONTRACT No. --------------------------------

    This Contract made on the ------- day of ------------, (hereinafter referred to as the Contract Date ) between the President of India acting through the Deputy Commissioner of Police, Prov. & Logistics, 5,Rajpur Road, Delhi-110054 (hereinafter referred to as the Purchaser which term will include itsrepresentatives, successors and permitted assignees) of the one part and M/s------------------------------------------, a Company incorporated under the Companies Act, 1956 and having itsoffice at ------------------------------------------------------------------------------------- (hereinafter referred to as theSupplier which term will include its representatives, successors and permitted assignees) of the other part.

    WHEREAS

    A. The Purchaser is desirous to procure -------- (hereinafter referred to as the Goods ) for Delhi Policeand had sought a commercial offer for the supply of the System.

    B. With respect to the enquiry issued by the Purchaser ---------------------------------------------------------,the Supplier had submitted its Commercial Bid dated -----------------

    C. The Purchaser has accepted the Suppliers Commercial offer read with the clarifications/confirmation(if any) submitted by the Supplier vide letter ----------- for the supply of the Goods and associatedservices at a total cost of Indian Rs.-----------/- (Indian Rupees -------------------------only).

    NOW, THEREFORE , in consideration of the mutual promises and covenants contained herein, the parties agree as follows:

    1. DEFINITIONS OF TERMS: In this Contract, capitalized words will have the same meaning asrespectively assigned to them in the conditions of Contract herein.

    2. CONTRACT DOCUMENTS: The following documents, (each a Contract Document andcollectively, the Contract Documents ) are hereby expressly incorporated into this Contract andshall form and be read and construed as part of this Contract viz: -Exhibit-A: Tender enquiry No.-------------------- dated ---------------------Exhibit-B: Suppliers commercial offer dated ---------------------Exhibit-C: Suppliers written clarification and confirmation letter dated ------------- (if any)Exhibit-E: Purchasers Letter of Intent No----------/ ____/----------

    2.2 Order of Precedence : In case of conflict between the terms in this Contract and the ContractDocuments, the terms of this Contract shall prevail. In case of conflict between the terms in any twoContract Documents, the Contract Document mentioned later in the above list shall prevail.

    3. SCOPE OF WORK: The Scope of Work shall include supply, packing, transportation, scheduling of transportation, transit insurance, delivery at site, unloading, storage till delivery of goods atPurchasers Delivery Site, any other services associated with the delivery of Goods, providingwarranty services for the Goods. All Goods deliverable under this Contract shall be referred tointerchangeably as the Goods or the Items or the Goods.

    4. CONTRACT PRICE

    4.1 The prices for supply of the Goods and other associated services is detailed specifically in the SuppliersCommercial offer (Exhibit-B) read with Suppliers written clarification and confirmation letter dated---- ---------------( Exhibit-C). The contract price is Indian Rs.-----------------/- (Indian Rupees

    --------------------------------- only). This price excludes existing Central Sales Tax/Service Tax asapplicable and any new Government levies/taxes imposed in India after the Contract Date, which thePurchaser shall bear and pay at actual.

    4.2 Sales Tax @ -------- against form-D as applicable on items -------- of ExhibitC of the Contract.Page 18 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    19/27

    5. CONTRACT PERFORMANCE BANK GUARANTEE6. PAYMENT SCHEDULE7. DELIVERY8. INSURANCE9. INSPECTION AND TESTS10. WARRANTY11. DELAY IN THE SUPPLIERS PERFORMANCE12. LIQUIDATED DAMAGES13. FORCE MAJEURE14. PATENT INDEMNIFICATION15. WAIVER 16. ASSIGNABILITY17. SEVERABILITY18. GOVERNING LAW19. TERMINATION FOR DEFAULT20. TERMINATION FOR INSOLVENCY21. TERMINATION FOR CONVENIENCE22. RESOLUTION OF DISPUTES

    (The clauses 5 to 22 shall be according to the Conditions of Contract in Chapter-2)23. ENTIRE CONTRACT: This Contract including the Contract Documents constitute the final

    expression of agreement between the parties and supersedes all previous agreements andunderstandings, whether written or oral, relating to the Contract. This Contract may not be altered,amended, or modified except in writing, signed by the duly authorized representatives of both parties.

    IN WITNESS WHEREOF , the parties hereto have caused this Contract to be executed by their dulyauthorized representatives as of the last day and year written below:

    Signed by: Signed by:

    Name: ------------------------ Name: ---------------------Title: Title: -----------------------------------

    Date: Date:For and on behalf of The President of India For and on behalf of

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

    Witness (a) Witness

    Signature: Signature:

    Name: Name:Address: Address: ----------------Date: Date:

    Page 19 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    20/27

    CHAPTER - 7

    OTHER STANDARD FORMS _________________________________________________________________________

    ANNEXURE-C1

    BIDDER PARTICULARS(Enclose with Technical Bid)

    1. Name of the Bidder :

    2. Address of the Bidder :

    3 Name of the Manufacturer(s) :

    4. Address of the Manufacturer :

    5. Name & address of the person :to whom all references shall bemade regarding this tender enquiry.

    Telephone :Fax :e-mail :

    Witness:

    Signature Signature

    Name Name

    Address Designation

    Date Company Seal

    Date

    Page 20 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    21/27

    ANNEXURE-C2

    BID FORM(Enclose with Technical Bid)

    Date: ___/___/___

    The Deputy Commissioner of PoliceProv. & Logistics,5, Rajpur Road,Delhi-110 054

    Sir,

    Having examined the Bid Documents of TENDER FOR THE PURCHASE OF 10 NOS.MULTI CHANNEL VOICE LOGGER SYSTEM (16 CHANNEL) FOR USE IN DELHIPOLICE We,___________________________, offer to supply and deliver____________________

    (Name of the Firm) ________________________________________________________________________________ (Description of Goods and Services)

    in conformity with the said tender provisions for sums as may be ascertained in accordance with theSchedule of Prices provided in the Commercial Bid.

    We undertake, if our bid is accepted, to complete delivery, installation and commissioning of the equipment as per the schedule specified in the Tender.

    We further undertake that, if our bid is accepted, we will obtain the Guarantee of aCommercial Bank in a sum equivalent to 10% of the Contract Price for the due Performance of the

    Contract as per terms and conditions of the Tender.

    We agree to abide by this bid for a period of 180 days from the date fixed for bid opening andit shall remain binding upon us and may be accepted at any time before the expiration of that period.This bid together with your written acceptance thereof and your notification of award shall constitutea binding Contract between us.

    We have noted the contents of Contract Form (Chapter 6) and agree to abide by terms andconditions in the same.

    We understand that you are not bound to accept the lowest or any bid you may receive. Wealso understand that you have the right to vary the quantities and/or split the total order among theBidders and/or procure the available and compatible items/ equipments under DGS&D RateContract.

    SIGNATURE AND SEAL OF BIDDER

    Page 21 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    22/27

    ANNEXURE C3

    G U A R A N T E E(Enclose with Technical Bid)

    ToThe Deputy Commissioner of Police,Prov. & Logistics,5,Rajpur road,Delhi-110054.

    Ref: TENDER FOR THE PURCHASE OF 10 NOS. MULTI CHANNEL VOICE LOGGER SYSTEM (16 CHANNEL) FOR USE IN DELHI POLICE.

    Sir,

    We guarantee that everything to be supplied and fabricated by us hereunder shall be brand

    new, free from all encumbrances, defects and faults in material, workmanship and manufacturer andshall be of the highest grade and quality and consistent with the established and generally acceptedstandards for materials of the type ordered and shall be in full conformity with the specifications,drawings or samples, if any, and shall operate properly. We shall be fully responsible for its efficientand effective operation. This guarantee shall survive inspection of and payment for, and acceptanceof the goods, but shall expire 36 months after their acceptance by the Purchaser.

    The obligations under the Guarantee expressed above shall include all costs relating tolabour, repair, maintenance (preventive and unscheduled), and transport charges from site tomanufacturers works and back and for repair/adjustment or replacement at site of any part of theequipment/ item which under normal care and proper use and maintenance proves defective in

    design, material or workmanship or fails to operate effectively and efficiently or conform to thespecifications and for which notice is promptly given by the Purchaser to the Supplier.

    SIGNATURE OF THE WITNESS SIGNATURE AND SEAL OF BIDDER

    DATE ___________

    Page 22 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    23/27

    ANNEXURE C4

    CHECK LIST - TECHNICAL BID(Enclose with Technical Bid)

    1. Have you purchased the tender document? Yes/No

    2. Have you furnished bidders particulars furnished as per Annexure-C1? Yes/No

    3. Have you furnished Bid Form (Annexure-C2)? Yes/No

    4. Have you furnished tender fee demand draft?(who did not purchase the tender document) Yes/No

    5. Have you furnished Bid security (Earnest Money)? Yes/No

    6. Do you fully comply with Technical Specifications? Yes/No

    7. Are you offering the goods & services as per delivery schedule? Yes/No

    8. Have you furnished the Manufacturers Authorization? Yes/No

    9. Have you quoted for all the items of the tender? Yes/No

    10. Have you enclosed Tax registration and Clearance certificates? Yes/No

    11. Have you furnished the guarantee for supply Yes/Noof spares in the post warranty period?

    12. Have you signed and sequentially numbered each page of your Bid? Yes/No

    13. Have you enclosed the certificate as per clause 11.3 of Chapter-1? Yes/No

    14. Have you noted the contents of Contract Form (Chapter 6)? Yes/No

    16. Have you enclosed an undertaking as per clause 11.1 of Chapter-2? Yes/No

    17. Have you enclosed an undertaking as per clause 10.4 of Chapter-1? Yes/No

    18. Have you enclosed the certificate as per clause 8.2 of Chapter-2? Yes/No

    19. Have you enclosed an undertaking as per clause 2.6 of Chapter-1? Yes/No

    20. Have you enclosed terms & conditions duly signed and stamped? Yes/No

    ********

    Page 23 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    24/27

    ANNEXURE- C5BID LETTER

    (Enclose with Commercial Bid)To

    The Deputy Commissioner of Police,Prov. & Logistics,5, Rajpur road,Delhi-110054.

    Ref: TENDER FOR THE PURCHASE OF 10 NOS. MULTI CHANNEL VOICE LOGGER SYSTEM(16 CHANNEL) FOR USE IN DELHI POLICE

    Sir,

    We declare:

    1. a) That we are manufacturers / authorized agents of _________.

    b) That we /our principals are equipped with adequate machinery for production, quality control and testing of materials manufactured and used by us and that our factory is open for inspection by your representatives.

    2. We hereby offer to supply the Goods at the prices and rates mentioned in the Commercial Bid at Chapter 5 .

    3. Period of Delivery: We do hereby undertake, that in the event of acceptance of our bid, the supply of theequipments shall be completed at site within stipulated period from the date of Award of Contract, and that weshall perform all the incidental services as per contract.

    4. Terms of Delivery: The prices quoted are inclusive of all charges up to delivery at all the location (site) to beindicated by Delhi Police.

    5. We enclose herewith the complete Commercial Bid as required by you and also enclosed the Check List.

    6. We agree to abide by our offer for a period of 180 days from the date fixed for opening of the financial Bids andthat we shall remain bound by a communication of acceptance within that time.

    7. We have carefully read and understood the terms and conditions of the tender and the conditions of the Contract

    applicable to the tender and we do hereby undertake to supply as per these terms and conditions.

    8. Certified that the Bidder is:a sole proprietorship firm and the person signing the tender is the sole proprietor/constituted attorney of the sole

    proprietor.or

    a partnership firm, and the person signing the tender is a partner of the firm and he has authority to refer toarbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtueof general power of attorney.

    or a company and the person signing the tender is the constituted attorney.

    NOTE: Delete whatever is not applicable. All corrections/ deletions should be duly attested by the person

    authorized to sign the tender document.9. We do hereby undertake, that until a formal Contract is prepared and executed, this bid, together with your

    written acceptance thereof and placement of letter of intent awarding the contract, shall constitute a bindingContract between us.

    Dated this ___________day of____________2009.Signature of the Bidder

    Details of enclosures: Full address:TelephoneFax No.Mobile No.Email address:

    Page 24 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    25/27

    ANNEXURE- C6PROFORMA FOR CONTRACT PERFORMANCE BANK GUARANTEE

    (To be stamped in accordance with Stamp Act)

    Bank Guarantee No___________ Date__________ Ref________________________

    To,

    The Deputy Commissioner of Police,Prov. & Logistics,5, Rajpur Road,Delhi-110 054

    Dear Sir,

    In consideration of the Dy. Commissioner of Police (Prov. & Logistics, Delhi (hereinafter referred to as the Purchaser which expression shall unless repugnant to the context or meaning thereof

    include its successors, administrators and assignees) having awarded to M/s___________________ with itsRegistered/ Head Office at_____________ (hereinafter referred to as the Contractor which expression shallunless repugnant to the context or meaning thereof, include its successors, administrators, executors andassignees), a Contract by issue of the Purchasers letter of intent No._______ dated __/__/____ entering into aformal contract to that effect with the Purchaser on ___________vide Agreement No._________(hereinafter referred to as the Contract) and the Contractor having agreed to provide a Contract Performance Bank Guarantee for the faithful performance of the entire Contract equivalent to_______*_______Ten percent of the said value of the Contract to the Purchaser.

    We_________________________________ (Name & Address of the bank) having its Headoffice at______________________(hereinafter referred to as the Bank which expression shall, unlessrepugnant to the context or meaning thereof, include its successors, administrators, executors and assignees)do hereby guarantee and undertake to pay the Purchaser, on mere demand any and all moneys payable by theContractor to the extent of Rs____*____as aforesaid at any time upto ________________ (day/month/year)without any demur, reservation, contest, recourse or protest and/or without any reference to the Contractor.Any such demand made by the Purchaser on the Bank shall be conclusive and binding notwithstanding anydifference between the Purchaser and the Contractor or any dispute pending before any court, Tribunal,Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during its currencywithout previous consent of the Purchaser and further agrees that the guarantee herein contained shallcontinue to be enforceable till the Purchaser discharges this guarantee.

    The Purchaser shall have the fullest liberty without affecting in any way the liability of the bank under this guarantee, from time to time to extend the time for performance of the contract by the

    Contractor. The Purchaser shall have the fullest liberty, without affecting the guarantee, to postpone fromtime to time the exercise of any powers vested in them or of any right which they might have against theContractors, and to exercise the same at any time in any manner, and either to enforce or to forbear to enforceany covenants, contained or implied in the Contract between the Purchaser and the Contractor or any other course or remedy or security available to the Purchaser. The bank shall not be relieved of its obligationsunder these presents by any exercise by the Purchaser of its liberty with reference to the matters aforesaid or any of them or by reason of any other act or forbearance or other acts of omission or commission on the partof the Purchaser or any other indulgence shown by the Purchaser or by any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the bank.

    The Bank also agrees that the Purchaser at its option shall be entitled to enforce thisGuarantee against the Bank as a principal debtor, in the first instance without proceeding against the

    Contractor and notwithstanding any security or other guarantee that the Purchaser may have in relation to theContractors liabilities. We undertake to pay to the Government any amount so demanded by theGovernment, notwithstanding.

    Page 25 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    26/27

    a) any dispute or difference between the Government or the Contractor or any other person or between the Contractor or any person or any suit or proceeding pending before any court or tribunal or arbitration relating thereto; or

    b) the invalidity, irregularity or un-enforceability of the contract; or c) in any other circumstances which might otherwise constitute discharge of this Guarantee,

    including any act of omission or commission on the part of the Government toenforce the obligations by the Contractors or any other person for any reason whatsoever.

    We, the Bank further agree that the guarantee herein contained shall be continued on andremain in full force and effect during the period that would be taken for the performance of the saidAgreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till the Purchaser, certifiesthat the terms and conditions of the said Agreement have been fully and properly carried out by the saidContractor(s) and accordingly discharges this guarantee.

    We_______________________________________ hereby agree and undertake that any claim which(indicate the name of the bank)

    the Bank may have against the Contractor shall be subject and subordinate to the prior payment and performance in full of all the obligations of the Bank hereunder and the Bank will not without prior written

    consent of the Government exercise any legal rights or remedies of any kind in respect of any such paymentor performance so long as the obligations of the Bank hereunder remain owing and outstanding, regardless of the insolvency, liquidation or bankruptcy of the Contractor or otherwise howsoever. We will not counter claim or set off against its liabilities to the Government hereunder any sum outstanding to the credit of theGovernment with it.

    Notwithstanding anything contained herein above our liability under this guarantee is limitedto total amount of Rs______*______and it shall remain in force upto andincluding__________**_________and shall be extended from time to time for such further period as desired

    by M/s____________________ on whose behalf this guarantee has been given.

    Dated this ____________day of______________2009___________ at

    WITNESS(Signature)_________________ (Signature)________________________________

    (Name)__________________________________

    NAME____________________ (Bankers Stamp)____________________ (Official address)____________

    Attorney as per Power of Attorney_____________

    * This sum shall be ten percent (10%) of the Contract Price.

    ** The date will be 03(three) year and six months from the date of award of the contract. In case of Bank guarantee issued by a Foreign Bank, the same shall be confirmed by any Scheduled Bank inIndia.

    Page 26 of 27

  • 8/8/2019 Td_16 Channel Voice Logger System

    27/27

    ANNEXURE C7CHECK LIST - COMMERCIAL BID

    (Enclose with Commercial Bid )

    1. Have you furnished the Bid Letter? (Annexure C 5, Chapter 7) Yes/No

    2. Have you filled in the Price Schedule? (Chapter 5) Yes/No

    3. Have you quoted for all the items as per Chapter 3? Yes/No

    ANNEXURE-C8

    OFFICE OF THE SALES TAX / VAT OFFICER, WARD-

    SALES TAX / VAT DEPARTMENT, _______________

    No._____________________________________________ dated _____________

    SALES TAX / VAT CLEARANCE CERTIFICATE

    Certified that M/s _____________________________________________________ ________________________________________________________________________

    _a registered manufacturer/distributor of this ward having Registration No. _____________

    The manufacturer/distributor is assessed upto _____________ and there areno dues pending against the said manufacturer/distributor as on date.

    This certificate is issued on the written request of the manufacturer/distributor, dated

    __________ for submission to Govt./Semi Govt. for tender purpose only. This Certificate is

    valid up to ______________.

    SALES TAX / VAT OFFICER

    WARD

    DATED