Upload
phungdieu
View
216
Download
0
Embed Size (px)
Citation preview
;
Tender for Supply of Computer Desktops, Printers & UPS
(WESCO)
TENDER NOTICE No.: CSO/IT/2013/HW/1
Date: 24.05.2013
Due Date of Submission / Opening of Bids-
17.06.2013
Registered Office
(Nesco /Wesco /Southco)
N1/22, IRC Village, Nayapalli
Bhubaneswar- 751015
CONTENTS
Section No.
Description Page No.
Section - I Notice Inviting Tender (NIT) 1 - 3
Section - II Scope of the work 4 - 5
Section - III Technical Specification 6 - 10
Section - IV Instruction to Bidders (ITB) 11 – 19
Section - V General Terms and Conditions of Contract (GTCC) 20 - 24
Section - VI List of Annexure ( Schedules & Format ) 25
Annexure – I :Details about the Firm 26
Annexure – II: Declaration Form 27
Annexure – III: Performa for Composite Bank Guarantee for Security
Deposit, Payment and performance. 28-29
Annexure – IV: Performa for Bank Guarantee for Earnest Money Deposit
(EMD) 30 -31
Annexure – V: Price Schedule for Materials / Equipments 32
SECTION –I
Notice Inviting Tender (NIT)
1
SECTION –I
Notice Inviting Tender (NIT)
A. Introduction: WESCO is a Power distribution company supplying Electricity to about 8 lakh consumers in its licensed
territory of Western part in the state of Odisha.
For and on behalf of Western Electricity Supply Company of Orissa Ltd. (WESCO), the undersigned invites
sealed tenders in duplicate on two part bidding system of the following items from the eligible bidders, who
comply with the terms and conditions mentioned in this document.
Sl.No. Item Make Qty. Total
1 PC HP / DELL / LENOVO/ ACER 78 78
2 UPS APC / Microtek /Luminous 78 78
3 DMP (Printer) EPSON 78 78
Cost of Tender Paper (`) 10,000.00 + 500.00 (VAT @ 5%) =
10,500.00/-
B.Tender Schedule:
1 Date & Time for Bid Submission 17.06.2013 up to 1.PM.
2 Date & Time for Opening of Technical Bid 17.06.2013 at 3.30.PM.
The intending bidders can purchase tender document by making payment of Rs. 10,500.00/- as the cost of
the tender paper in DD at our registered office BBSR.
Alternatively, the bidders can also download the tender document from the Discom’s website
namelywww.wescoodisha.com. In such case the bidder has to furnish an Account Payee Bank Draft drawn
on any Scheduled Bank at Bhubaneswar in favor of “Western Electricity Supply Company of Orissa Ltd.”
payable at Bhubaneswar towards the cost of the Tender Paper as indicated above, along with the bid, failing
which the bid will be rejected outright.
In the event of any specified date for the sale, submission or opening of bids being declared as holiday for
WESCO, the bids will be sold / received / opened on the appointed time on the next working day.
WESCO reserve the right to accept or reject any or all bids received against this tender, without assigning
any reason thereof.
For detailed Tender Specification & Terms and Conditions, please visit our websites
www.wescoodisha.com .
2
C .ELIGIBLE BIDDERS:
C-1. Technical Qualification:
1. The Bidder has to offer 100% of the tender quantity w.r.t all items notified in the tender.
2. The Bidder should have supplied at least 100% of the tender quantity in any of the three
proceeding Financial Years.
3. Copies of Purchase order / work orders/ Invoices should be enclosed along with the bid-
document to substantiate the claims. DISCOMS may involves for additional documents in
proof of the above.
4. The Bidders are required to submit the completion certificate from the clients where they
have accomplished similar type of assignments.
5. The Bidder should be either the Original Equipment Manufacturer (OEM) or having valid
dealership certificate of the OEM.
C-2. Financial Qualifications:
Turn Over: Minimum Average Annual Turnover of Rs.50 Lacs. in three out of the last five
completed fiscal years.
C-3. Other Necessary Qualifications:
Bidder should not have any past litigation / dispute / un-successful history with WESCO.
Bidders earlier debarred by WESCO shall be rejected.
3
SECTION –II
SCOPE OF THE WORK
4
SECTION –II
1. SCOPE OF THE WORK:
The “Scope of Work” shall be on the basis of Bidder’s responsibility, completely covering the obligations,
responsibility and workmanship, provided in this Bid Enquiry whether implicit or explicit.
The Scope includes, supply of PC’s, UPS and EPSON Make DMP’s as per the technical specification
provided in this document. All the above systems will be supplied and handed over to the Consignee by the
successful bidder at WESCO, Burla. These systems will be tested and verified by the Consignee or his/her
authorized representative based on which the payment can be effected.
The scope of work as envisaged above is only inclusive and not exhaustive . Additional requirements
incidental and / or essential to the above referred scope shall be added / intimated in writing during
implementation stage, without any additional financial implication.
1.a. Consignee: EE, Stores Wesco, Burla is the consignee.
2. Clarifications of bid document:
2.1. The perspective bidder requiring any clarification on the this document shall notify the company in
writing or by fax at the CSO mailing address indicated in this document, latest by the date mentioned in
Notice details. Response, if any, on such clarifications will be displayed on Discoms website latest by
the date mentioned in Notice details and further, to clarify the queries already received & replied.
2.2. Any clarifications issued by Discoms, in response to such query raised by the perspective bidders, shall
form an integral part of this documents and shall amount to an amendment of relevant clauses of this
document.
3. Bid Document and the various filled-in forms;
3.1. The Bidder shall comply with all the provisions mentioned in this document & sign each page under
stamp of respective firm to which the bidder belongs as a mark of acceptance of all conditions contained
herein.
3.2. All pages of the Bid Document shall be serially numbered, indicated in an index.
3.3. Additional / ambiguous conditions are not permissible and will render the proposal liable for rejection.
5
SECTION –III
Technical Specification
6
SECTION –III
1. Technical Specification For Computer Desktop
Sl.No. Specifications Requirement
1. MAKE HP / DELL / LENOVO/ ACER
2. Intel Dual Core
Processor @ 3.3 GHz 3MB Cache
3 Mother Board Intel original Mother Board or PC OEM Logo
should be embossed on the motherboard
4 RAM 16 GB DDR3 133 MHz or higher .
5 HDD 500 GB SATA,7200 RPM
6 Ethernet Ethernet Integrated Giga-bit(10/100/1000) with
wake on Lan ready
7 Optical Mouse Two Button USB Optical Scroll Mouse
8 Key Board OEM Keyboard with Indian Rupee Symbol
9 LED Monitor 18.5” TFT or higher from same OEM
10 Optical Drive 16*DVD RW SATA Drive
11 Graphics ATI Radeon HD 5450 DDR3 1 GB Graphic
Card
12 Audio
Controller Realtek ALC(5.1)
13 I/O Port
I/O Port 1 serial (9 Pin): 1 Parallel Port,6 or more
USB 2 (at least 2 in front);1 Ethernet(RJA4);1
VGA out;1 Stereo Line in/out; 1 microphone line
in ;1 headphone (front)
14 Window 7
Home Basic Window 7 Home Basic
15 Expansion Slot 2 PCI Slots,1 PCIe*1 slot,1 PCIe*16 Slot
16 Security
Performance monitoring, Memory Change Alert,
Serial USB and Network enabled/disabled port
control, Asset Management & Remote
Management, Automated power Management,
Power on Password setup
17 Power 300 watt minimum power supply with active
PFC
18 Recovery Tool One button Data Recovery Software with Data
protection, snap restore &schedule back ups
2. Technical Specification For Dot Matrix Printe
Sl.No Specifications Requirement
1 MAKE EPSON
2 DMP with 80
columns and 9 pin
Speed more than 300 characters per second.
Print 1 original & 4 carbon copies at a time with
a speed not less than 64KB input data buffer
3 Feed Bottom feed paper path
4 Delivery Prints on multi-page forms that are minimum
five layers thick
5 Print Font 7*9
6 Printing Speed 337 cps (High Speed Draft 12 cpi)
7 Connectivity Connectivity shall be built-in USB, Serial and
Parallel Interface options.
8
19 Cabinet Micro ATX cabinet
20 BAYS Minimum 4 internal /External Bays
21 OS & media
Genuine OS with latest Edition 32/64 bits, with
latest service pack preloaded license, OEM
Media, in form of DVD /CD containing OS &
drivers, recovery media must be provided
22 OS Certification Window Certification, RHEL/SUSE
Certification
23 Certification
For OEM:ISO 9001 and 14001, Greenpeace 5.0
and above. . For quoted Model: FCC, UL,
Energy Star 5.0, DMI Certification, Epeat Gold
24 Warranty 3 years on site comprehensive OEM Warranty
3. Technical Specification For UPS
Sl.No. Specifications Requirement
1. MAKE APC, Microtek, Luminous
2 UPS 600 VA Line interactive UPS with 20 minutes
Backup
3 Voltage Automatic Built in Voltage
Regulator(AVR)
4
Voltage
Regulation(Battery
Mode) + 10%
5 Voltage Range 145-290VAC,Frequency – 50HZ
6 Output Voltage 230V + 10%
7
Frequency
Regulation(Battery
Mode) +/- } %
8 Socket
3 Pin 6 Amp Indian Type
Sockets(5/15 Amp Indian type
socket)
9 Output Waveform Sine wave
10 Battery In Built
Battery
12V*7AH*1 No’s Dry Type of
reputed Make
11 Backup time Min 20 Minutes with PC 15” monitor
12 Typical recharge
Time 4 Hours to 90%
13 Indicator AC Mode
Green Lighting, Back Up Mode:
Yellow Flashing Fault The Red
lighting Audible Alarm Backup
Mode. Sounding every 10 second,
Low Battery Sounding every
Seconds, Overload Sounding every
0.5 seconds Battery Replacement
Sounding every 2 Seconds Fault
Continuously Sounding
14 Protection
Full Protection No Load Shut
Down,Discharge,overcharge and
over load protection with surge
should be there
15
Physical
Dimension(mm)W
*D*H
Indicative 100*287*142 or less Net
Weight 7 Kg max
16 Storage
Temperature 20-50 C
17 Environment Operating Temperature 0-40 C
18 Operating /Storage
Relative Humidity 0-90% Non Condensing
19 Warranty 1 Year including Battery
Note:
However, these are minimum configuration requirement. In case, any bidder offers for a configuration more
than this specifications then, the comparison will be made only basis the minimum requirement.
10
SECTION –IV
Instruction to Bidders (ITB)
11
SECTION –IV
Instruction to Bidders (ITB)
1.0 Documents Comprising the Bid:
The Bid prepared and submitted by the Bidder shall comprise of two parts i.e. Part-I (Techno- Commercial
Bid), & Part-II (Price Bid)
A) The Part-I (Techno-Commercial Bid) must contain the following documents
a) Bid Document signed by the bidder in every page, all other Schedules / Formats enclosed in the Bid-
Document duly filled in & signed by the bidder with seal in a separate envelope super-scribed as
“Techno Commercial Bid”. Bids containing information in formats other than the prescribed
formats in the tender notices shall not be acceptable and shall make the bid non-responsive.
b) Requisite Earnest Money Deposit (E.M.D) in a separate envelope super-scribed as “EMD” may have to be
submitted by the bidder, failing which the Bid shall be treated as non- responsive and shall be rejected
outright.
c) Following Documentary evidence establishing that, the Bidder is qualified to perform the Contract if the
Bid is accepted:
i) Bidder shall furnish copies of original documents defining the constitution or legal status, place
of registration and principal place of business, namely Memorandum and Article of Association
etc.
ii) Bidders shall submit their audited financial reports for best three financial years out of last five
years. In case the Bidder is in existence for less than five years, the audited financial report/s
from the date of its incorporation should be furnished.
iii) Copies of Purchase orders successfully executed, Users Performance Certificate etc. are to be
submitted as a proof of evidence along with the Bid.
d) Power of Attorney / Board resolution indicating that the person(s) signing the Bid have the authority to
sign the Bid. The Bid is binding upon the Bidder during the full period of its validity.
e) Requisite Cost of Tender Document as mentioned above in shape of account payee Bank draft from a
scheduled Bank in favor of the “Western Electricity Supply Company of Orissa Ltd.” Payable at
Bhubaneswar is to be enclosed along with the Bid, if the document is downloaded from Discoms web-site.
12
B) Part-II (Price Bid):
i) The Price Bid shall contain the price schedules (ANNEXURE – VI) & signed by the bidder with
seal. This shall be submitted in a double sealed envelope separately duly super-scribed as “Price
Bid”.
ii) The Prices offered shall be inclusive of all costs as well as Duties, Taxes and Levies paid or
payable during implementation of the contract. If the Bidder is exempted from Excise duties,
Concession in the Sales tax, levy of entry tax, same should be clearly mentioned supported with
documentary evidence.
iii) Prices quoted by the Bidder shall be “Firm” and not subject to any price adjustment during the
performance of the Contract. A Bid submitted with variable Price or an adjustable price clause
shall be treated as non-responsive and shall be rejected out rightly.
2.0 Additional Documentation:
2.1: In addition to what specifically mentioned in the specification, the bidders shall provide the following:
a) Brief background of company.
b) Infrastructure facilities available
c) Technical Know-how and collaboration, if any.
d) Quality systems and quality assurance plan
e) Bidder’s experience
f) Any other specific qualifications, experiences and capabilities directly related to this enquiry.
3.0 Signing of Bid:
3.1 The Bidder shall complete and submit the Bid Document in duplicate enclosing all documents at clause
“2.1” above in two sealed envelopes clearly marked “Original Bid & Duplicate separately, super-scribing
the “Tender Notice No. ______________________ Date _______, Date of Opening ________ &
Description of Material ____________”.
3.2. The Price Bid in Original should be Submitted in a separately sealed envelope marked as “ price bid” on
the envelope. In the event of any discrepancy between the original and the copies, the original shall
govern.
3.3. The original and the duplicate copy of the Bid shall be typed or written legibly and shall be signed by
the Bidder or a person or persons duly authorized to sign on behalf of the Bidder. Such authorization shall be
indicated by written Power-of-Attorney/ Board Resolution accompanying the Bid.
13
3.3. The Bid shall contain no interlineations, erasures, overwriting except as necessary to correct errors, made
by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid.
4.0 Price Bid Envelope:
4.1. The inner and outer envelopes shall be addressed to the Company at the following address: The Sr.
Vice President (IT), Central Services Office (NESCO, WESCO, SOUTHCO), N 1/22, IRC Village,
Nayapalli, Bhubaneswar – 751 015
In addition to above, the outer envelope shall indicate the name and address of the Bidder to enable the Bid
to be returned unopened in case it is declared “Late”.
4.2. The Bidders have the option of sending the Bids by Post/ Courier services or in person. Bids submitted
by Telex/Telegram/Fax will not be accepted. No request from any Bidder to the Company to collect the
proposals from Airlines/ Cargo/Courier Agents etc. shall be entertained by the Company.
5. Earnest Money Deposit (EMD)
5.1.1. The bidder shall have to submit Earnest Money of Rs.50000/-(Fifty Thousand). only in shape of DD or
Bank Guarantee in favor of North Eastern Electricity Supply Company of Orissa Ltd, Bhubaneswar. The
EMD shall be valid for a period of six months. In the event the successful bidder fails to execute the
confirmed order, such EMD shall be forfeited. The EMD shall have to be enclosed inside a separate
envelope which should be the super-scribed “EMD” in bold letters. The Technical Bid shall be opened if
valid EMD is found enclosed with the Bid.
Bank Guarantee shall be issued by a Scheduled bank encashable at local branch at Bhubaneswar only
with a validity of 180 days from the date of opening of Tender, suitably modify if required. The BG shall be
strictly as per the format is mentioned below in Annexure – IV.
NB: In case of any deficiency such as the ownership of the security bond (other than the issuing bank),
deviation from the approved format, absence of signature of witness etc. found in the EMD Bank Guarantee,
the same shall be liable for rejection upfront. The bidder will not be given any chance to rectify the same.
5.3. E.M.D of unsuccessful bidders shall be refunded as promptly as possible but, not later than thirty (30)
days after the expiry of the period of bid validity. E.M.D of successful bidders shall be discharged upon
furnishing of the performance security.
5.4. The EMD may be forfeited due to following reasons:
1) If the bidder withdraws bid during the period of bid validity specified by the bidder in the Bid form.
2) In case the successful bidder fails to sign the contract in specified time and / or fails to submit the requisite
performance Bank guarantee.
6.0 Contract Price
6.1 The Ex-Works Prices quoted for the Contract shall remain FIRM as per the above Parameters and
Company shall not compensate Bidder for any variations. However any variation in the taxes & duties within
the scheduled date of delivery shall be borne by the Company, else the same shall be borne by the bidder.
14
6.2 In case the Company, revises the scope of woks, bidders shall be compensated based on the Unit Rate
(Ex-Works) agreed upon before Order placement or as per mutually acceptable rates.
7.0 Bid Currencies
7.1 Prices shall be quoted in Indian Rupees Only.
8.0 Documents Establishing Conformity to the Bidding Documents
8.1 The bidders shall confirm by the documentary evidence of the Goods conformity to the bidding
documents by submitting equipments data sheets.
9.0. Alternative Bids
9.1. Bidders shall submit bids, which comply with the tender documents. Alternative bids shall not be
considered for evaluation.
10.0 Sealing & Marking of Bids
10.1 Bid submission: One Original, One Copy of all the Bid Documents shall be sealed and submitted to the
Company before the last date & time for submission of the bid.
10.2 The Bid proposal should be divided into two parts and should be submitted in two separate sealed
envelopes, addressed to the Company. All the envelopes should bear the Name and Address of the Bidder
and marking is made for the Original and the Duplicate copy. The envelopes should be super-scribed with
the title of its contents as follow:
i) Techno-Commercial / Price Bid Envelope: Shall contain the Bid Security (EMD), Cost of Tender
Document, all supporting documents for qualifying requirement of this tender, duly filled in formats Abstract
of General Terms & Conditions, Declaration Form, Technical Data Schedule, Technical & Commercial
Deviations, Un-quoted blank Price Schedule etc. as per enclosed formats in this document
11.0 Timeline for submission of Bids
11.1 The original Bid together with required copies, must be received by the company at the address
specified in Clause 4.1 not later than 13.00 Hrs. (IST) on/before the due date as indicated in the invitation
for bids.
11.2 The company may, at its discretion, extend the deadline for the submission of Bids by amending the
Bidding Documents, in which case all rights and obligations of the company and Bidders previously subject
to the timeline will thereafter be subject to the timeline as extended.
12.0 One Bid per Bidder
12.1 Each Bidder shall submit only one Bid either by himself, or as a partner in a Joint Venture/Consortium.
A Bidder who submits or participates in more than one Bid for the same item, either individually or jointly,
will cause all those Bids to be rejected out rightly.
15
13.0 Late Bids
13.1 Any Bid received by the Company after the deadline for submission of Bids prescribed by the company,
pursuant to Clause 11, will be declared “Late” and will be rejected out rightly and will be returned unopened
to the Bidder.
14.0 Modification & Withdrawal of Bids
14.1 The Bidder may modify or withdraw his Bid after the Bid’s submission, provided that written notice of
the modification or withdrawal is received by the company prior to the deadline prescribed for submission of
Bids.
14.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched in
accordance with the provisions of Clause 10 & 11. A withdrawal notice may be sent by fax but must be
followed by an original signed confirmation copy.
14.3 No Bid can be modified subsequent to the deadline for submission of Bids.
14.4 No Bid can be withdrawn in the interval between the deadline for submission of Bids and the expiry of
the period of Bid validity specified by the Bidder on the Bid form. 15.0 Evaluation of Bids
15.1 Process to be confidential
Information relating to the examination, clarification, evaluation and comparison of Bids and
recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not
officially concerned with such process. Any effort by a Bidder to influence the Company’s processing of
Bids or award decisions may result in the rejection of the Bidder’s Bid.
16.0 Clarification of Bids
To assist in the examination, evaluation and comparison of Bids, the Company may, at its discretion, ask the
Bidder for a clarification of its Bid. All responses to requests for clarification shall be in writing and no
change in the price or substance of the Bid shall be sought, offered or permitted.
17.0 Preliminary Examination of Bids/Responsiveness
17.1 Company will examine the Bids to determine whether they are complete, whether any computational
error have been made, whether required sureties have been furnished, whether the documents have been
properly signed, and whether the Bids are generally in order.
17.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit
price and the total price per item that is obtained by multiplying the unit price and quantity, the unit price
shall prevail and the total price per item will be corrected. If there is a discrepancy between the total amount
and the sum of the total price per item, the sum of the total price per item shall prevail and the Total Amount
will be corrected
17.3 Prior to the detailed evaluation, the Company will determine the substantial responsiveness of each Bid
to the Bidding Documents including production capability and acceptable quality of the materials offered.
Substantially responsive Bid is one, which conforms to all the terms and conditions of the Bidding
Documents without material deviation.
16
17.4 A Bid determined as not substantially responsive will be rejected by the Company and will not
subsequently allowed to be made responsive by the Bidder by correction of the non – conformity.
18.0 Evaluation & Comparison of Bids
18.1 The evaluation of Bids shall be done based on the cost competitiveness.
18.2 The evaluation of the Bids shall be a stage-wise procedure. The following stages are identified for
evaluation purposes:
In the first stage, the Bids would be subjected to a responsiveness check as detailed in the Clause - 17. The
Technical Proposals and the Commercial terms & conditions of the Bidders would be evaluated and
discussed as per Clause - 19 of this document.
Subsequently, the Financial Proposals of Bidders with Techno-commercially Acceptable Bids submitted at
the time of bid submission shall be considered.
18.3 The Company evaluation of a Bid will take into account, in addition to the Bid price, the following
factors, in the manner and to the extent indicated in this Clause:
a) Implementation schedule.
b) Deviations from Bidding Documents as mentioned in Non-Compliance Schedule.
c) Past performance and capability to execute the contract.
.
Bidders shall base on their Bid price on the terms and conditions specified in the Bidding Documents. The
Cost of all quantifiable deviations and omissions from the specification, terms and conditions, specified in
Bidding Documents shall be evaluated. The Company will make his own assessment of the cost of any
deviation for the purpose of ensuring fair comparison of Bids.
19.0 Award of Contract
If there is more than one lowest evaluated price (L1) bidder, the purchaser has exclusive right to award the
bid to any one among the L1 bidders.
20.0. Contacting the Company
20.1 From the time between Bid opening to award of contract, if any Bidder wishes to contact the company
on any matter related to the Bid, he should do so in writing.
20.2 Any effort by a Bidder to influence the Company and / or in the company decisions in respect of Bid
evaluation, Bid comparison or Contract of Award, will result in the rejection of the Bidder’s Bid.
20.3 The Company reserves the right to accept any Bid and to reject any or all Bids or to relax any Terms &
Conditions.
20.4.The company reserves the right to accept or reject any Bid and to annul the Bidding process and reject
all Bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder
or Bidders or any obligation to inform the affected Bidder or Bidders regarding the grounds for the
company’s action.
17
20.5 In the interest of work, the company reserves the right to relax any terms and conditions without
affecting the quality & price of the equipment.
20.6 The company will award the Contract to the successful Bidder whose Bid has been determined to be the
lowest- evaluated responsive Bid, provided further that the Bidder has been determined to be qualified to
perform the Contract satisfactorily. The company at its option/ discretion may split the total quantity to be
supplied between two or more Techno- Commercially responsive Bidders in case of the bid prices are same
and early delivery is required by the company.
207. The company’s right to vary H/W & S/W up gradation.
20.8. The Company reserves the right to vary the Hardware / Software i.e. up gradation without any change
in terms and conditions and any additional financial implementation at the time of placing the orders or
during the execution of the Contract.
20.9 Letter of Intent / Notification of Award :
20.9.1 The letter of intent / Notification of Award shall be issued to the successful Bidder(s) whose bid(s)
have been considered responsive, techno-commercially acceptable and evaluated to be the Lowest (L1). The
successful Bidder shall be required to furnish a letter of acceptance to it within 7 days of issue of the letter of
intent / Notification of Award by Purchaser.
20.10. Performance Security
21.1 Within 15 days of the receipt of Notification of Award / Letter of Intent from the Purchaser, the
successful Bidder shall furnish the Performance Security in the form of Bank Guarantee executed on non-
judicial stamp paper worth Rs.100/- (Rupees One hundred only) issued by a scheduled Bank in favor of the
Purchaser encashable at Bhubaneswar only for an amount of 10% of the total cost of PC, UPS, and EPSON
make DMP including all taxes and duties as per the Performance Security Form provided in Annexure – IV
of Bidding Documents. The Bank Guarantee shall be valid for a period not less than 90 days over and above
the guarantee period.
20.11. Delivery:
The PCs, UPS and Epson make printers need to be delivered by the successful bidder within 6 weeks from
the date of acknowledgement of the Work order. For every week of delayed delivery a sum of Rs. 10,000.00
will be imposed on the bidder as penalty subject to force majeure (Pl ref cl.4.0, Section V) conditions. In
order that penalty will not be imposed on the bidder on account of delayed delivery, the bidder needs to
furnish proper document, so that Wesco can take a view on this. The decision of the Wesco management on
penalty imposition on delayed delivery is final and binding and the vendor has to pay the penalty if it is
imposed on account of delayed delivery.
18
20.12 All correspondence with regards to the above shall be made to the following:
Contact : Sr. V P (IT)
Address : CENTRAL SERVICES OFFICE
(NESCO, WESCO & SOUTHCO)
Plot No- N1/22, IRC Village, Nayapalli
Bhubaneswar-751 015
FAX : 0674 - 255 8343
19
SECTION – V
General Terms and Conditions of Contract
(GTCC)
20
SECTION – V
General Terms and Conditions of Contract (GTCC)
1.0 General Instructions
1.1 All the Bids shall be prepared and submitted in accordance with these instructions.
1.2 Bidder shall bear all costs associated with the preparation and delivery of its Bid, and the Company in no
case shall be responsible or liable for these costs.
1.3 The Bid should be submitted by the Bidder in whose name the bid document has been issued and under
no circumstances it shall be transferred / sold to the other party.
1.4 The Company reserves the right to request for any additional information and also reserves the right to
reject the proposal of any Bidder, if in the opinion of the Company, the data in support of Tender
requirement is incomplete.
1.5 The Bidder is expected to examine all instructions, forms, terms & conditions and specifications in the
Bid Documents. Failure to furnish all information required in the Bid Documents or Submission of a Bid not
substantially responsive to the Bid Documents in every respect may result in rejection of the Bid. However,
the Company’s decision in this regard to the responsiveness and rejection of bids shall be final and binding
without any obligation, financial or otherwise, on the Company.
2.0 Definition of Terms:
2.1 WESCO shall mean the “Company” on whose behalf this bid enquiry is issued by its authorized
representative/officers.
2.2 “Bidder” shall mean the firm who quotes against this bid document issued by the Company. “Contractor
/ Seller” shall mean the successful Bidder(s) whose bid has been accepted by the Company and shall include
his heirs, legal representatives, successors and permitted assigns.
2.3 “Site” shall mean the Electricity Distribution Area of the Company.
2.4 “Letter of Intent” shall mean the official notice issued by the Company notifying the Contractor that his
proposal has been accepted and it shall include amendments thereto, if any, issued by the Company. The
“Letter of
Intent” issued by the Company shall be binding on the “Contractor”. The date of detailed Company Order
shall be taken as the effective date of the commencement of contract.
2.5 “Month” shall mean the calendar month and “Day” shall mean the calendar day.
2.6 “Codes and Standards” shall mean all the applicable codes and standards as indicated in the Technical
Specification is mentioned above.
2.7 “Offer Sheet” shall mean Bidder’s firm offer submitted to Company in accordance with the specification.
2.8 “Contract” shall mean the “Detailed Company Order” issued by the Company.
21
2.9 “Contract Price” shall mean the Price referred to in the “Detailed Company Order”.
2.10 “Contract Period” shall mean the period during which the “Contract” shall be executed as agreed
between the Contractor and the Company in the Contract inclusive of extended contract period for reasons
beyond the control of the Contractor and / or Company due to force majeure.
2.11. “Project” shall mean supply as per enclosed technical specification.
3.0 Contract Documents & Priority
3.1 Contract Documents: The Specification, terms and conditions of the contract shall consist solely of these
Tender conditions and offer sheet.
3.2 Priority: Should there be any discrepancy between any terms hereto and any term of the offer sheet, the
terms of this tender document shall prevail.
4.0 Force Majeure:
4.1. If, at any time, during the continuance of this contract, the performance in whole or in part by either
party of any obligation under this contract is prevented or delayed by reasons of any war or hostility, acts of
the public enemy, civil commotion, sabotage , fires, floods, explosions, epidemics, quarantine restrictions,
strikes, lockouts or act of God (hereinafter referred to as events) provided notice of happenings of any such
eventuality is given by either party to the other within 2 days from the date of occurrence thereof, neither
party shall by reason of such event be entitled to terminate this contract nor shall either party have any claim
for damages against other in respect of such non-performance or delay in performance, and deliveries under
the contract shall be resumed as soon as practicable after such an event come to an end or cease to exist,
and the decision of the Purchaser as to whether the deliveries have been so resumed or not shall be final and
conclusive. Further that if the performance in whole or part of any obligation under this contract is
prevented or delayed by reasons of any such event for a period exceeding 10 days, either party may, at its
option, terminate the contract.
4.2. Provided, also that if the contract is terminated under this clause, the company shall be at liberty to take
over from the vendor at a price to be fixed by the company, which shall be final, all unused, undamaged and
acceptable materials, bought out components and stores in course of manufacture which may be in
possession of the Supplier at the time of such termination or such portion thereof as the purchaser may deem
fit, except such materials, bought out components and stores as the vendor may with the concurrence of the
company elect to retain.
4.3. Maintenance:
a) Scheduled Maintenance: The Bidder shall specify the basis for scheduled maintenance causing / or not
causing disruption of Service. Maintenance shall be performed during off-peak hours and the bidder shall
always provide advanced notice of scheduled maintenance to DISCOM.
b) Emergency Maintenance: The Bidder shall specify the major reasons for performing emergency
maintenance (Example: security related issues). Bidder shall immediately notify DISCOMs regarding the
emergency maintenance. Un-notified service unavailability due to emergency maintenance will be included
in the service downtime calculations.
4.4. Downtime Maintenance:
Bidder shall take corrective steps for restoration and modification of the system/s to meet the requirement of
DISCOMs and the downtime shall be mutually agreed by the parties but not exceeding 4hours
22
5.0 Indemnify:
5.1. The Vendor, its successor and assignee shall indemnify the Company, its successor and assignee from all
current & future liabilities that may arise out of purchase contract(s) entered into between the vendor &
the Company under this Tender Notice. The Purchaser in term shall indemnify the DISCOM.
6.0 Contact Information
WESCO (DISCOM of Orissa) Contact: All communication as regards to this Tender Notice/Technical
Specifications shall be made (i) in English, (ii) in writing and (iii) sent by mail / facsimile to:
Contact : Sr.VP (IT)
Address : CENTRAL SERVICES OFFICE
(NESCO, WESCO & SOUTHCO)
Plot No- N1/22, IRC Village, Nayapalli
Bhubaneswar-751 015
FAX : 0674 - 255 8343
7.0 Deviation from Specification
It is in the interest of the Bidders to study the Specification, drawing etc. specified in the tender document
thoroughly before tendering so that, if any deviations are made by the Bidders, the same are prominently
brought out on a separate sheet in the Technical & Commercial Deviation . Deviation mentioned in any other
format or any other part of the offer document shall not be considered as a deviation & in such case it will be
presumed that the bidder has accepted all the conditions, stipulated in the tender specification,
notwithstanding any exemptions mentioned therein.
8.0.Price Basis:
The breakup of prices shall indicate all types of Taxes, Duties and other Levies of whatsoever nature
indicated separately and clearly
CST / VAT clearance certificate, Copy of PAN card.
9.0 Terms of Payment:
100% payment shall be made within 30 days of receipt of goods and successful testing of the same. The
Invoice shall be accompanies with 10% of performance Bank Guarantee, valid for a period or 1 year
from the date of receipt.
10.0 Price validity:
All bids submitted shall remain valid, firm and subject to unconditional acceptance by company for 180
days post bid date. For award of Contract, the prices shall remain valid and firm till contract completion.
23
11.1. Guarantee/Warranty:
The hardware to be supplied by the successful bidder/s, shall be guaranteed for trouble free service for the
entire guarantee/warranty period as mandated by the respective OEM.. Any defect if noticed during the
guarantee/warranty period should be rectified / replaced by you free of cost, provided such defects are traced
due to faulty design, bad workmanship or bad material used.
14.0. Termination for Default:
The company may, without prejudice to any other remedy for breach of contract, by written notice of default,
sent to the contractor, terminate this contract in whole:
a) If the contractor fails to deliver any or all of the goods and perform services within the time period(s)
specified in the contract, or any extension thereof granted by the company.
b) if the contractor fails to perform any obligation(s) under the contract .
c) if the contractor, 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 company.
15.0. Court Jurisdiction:- Any dispute arising out of the tender/bid document/ evaluation of bids/issue of APO shall be subject to the
jurisdiction of the competent court at the place from where the NIT/tender has been issued Where a Bidder
has not agreed to arbitration, the dispute/claims arising out of the Contract/PO entered with him shall be
subject to the jurisdiction of the competent Court at the place from where Contract/PO has been issued.
Accordingly, a stipulation shall be made in the contract as under.
“This Contract/PO is subject to jurisdiction of Court at Bhubaneswar only”.
24
SECTION – VI
LIST OF ANNEXURE
25
SECTION VI
Annexure - I
Details about the Firm
Sl No. Details Required Response from the bidder
1 Full Name of the firm ( in capital letter)
2 Address of the firm
3 Phone Number
4 Type of firm ( Proprietary / Partnership / Ltd./Pvt. Ltd)
5 Details of the authorized signatory
Name:
Designation:
Phone:
Mobile:
e - mail:
Address:
6 Has the firm black listed by any organization, if so attached the details of the same.
7 Is the firm registered with any Government / Semi Government undertaking? If so furnish details of the registration.
8 Income Tax account No. /PAN number (latest income tax clearance Certification to be attached with proposal)
9 Service Tax registration No.
26
Annexure – II
DECLARATION FORM
To,
The Sr. Vice President ( IT),
Registered Office, WESCO, NESCO & SOUTHCO ,
N 1/22, IRC Village, Nayapalli,
Bhubaneswar - 15
Sir,
Having examined the above specifications together with the Tender terms and conditions referred to therein,
1. I/we the undersigned do hereby offer to supply the PC, UPS and the EPSON make Printers thereon in
complete shape in all respects as per the rules entered in the attached contract schedule of prices in the
tender.
2. I/we do hereby undertake to deliver the above systems (PC, UPS, EPSON Make DMP) as per the delivery
schedules given in the Delivery clause.
3. I/we do hereby guarantee the technical particulars given in the tender supported with necessary reports
from concerned authorities.
4. I/we do hereby certify to have furnished a copy of the tender specifications by remitting Cash/ Demand
draft & this has been duly acknowledged by you in your letter No…………….. Date ……………….
5. I / we do hereby agree to furnish the necessary composite Bank Guarantee/s in favor of the Wesco in the
manner specified / acceptable by the purchaser & for the sum as applicable to me / us stated in the contract
within fifteen days of issue of the Contract, failing which I / we clearly understand that the said shall be
liable to be withdrawn.
Signed this…………….Day of……………………20….
Yours faithfully,
(Signature of Tenderer with Seal)
27
Annexure- III
PROFORMA FOR COMPOSITE BANK GUARANTEE FOR SECURITY DEPOSIT, PAYMENT
AND PERFORMANCE
This Guarantee Bond is executed this _______day of_________________ by us
the____________________ ___________________________ Bank at
__________________P.O._______________ P.S. Dist _________ State_______________ ( indicate
designation of Purchaser )
Whereas Western Electricity Company of Orissa Ltd. (WESCO) /Western Electricity Supply Company of
Orissa Ltd.(WESCO) Regd. Office: N 1/22, IRC Village, Nayapalli, Bhubaneswar – 751015 registered
under the Company Act 1956 has placed work Order No.____________ Dt.__________________
(hereinafter called “the Agreement”) with
M/s.__________________________________________________
(hereinafter called “the Contractor”) for supply of PC, UPS and Epson Make DMP and whereas WESCO (as
the case may be) has agreed (1) to exempt the Contractor from making payment of security deposit, (2) to
release 100% payment for supply of PC, UPS and EPSON make DMP as per the said agreement and (3) to
exempt from performance guarantee on furnishing by the Contractor to the WESCO (as the case may be) a
composite Bank Guarantee of the value of 10% (ten percent) of the Contract price of the said Agreement.
1. Now, therefore, in consideration of WESCO (as the case may be) having agreed (1) to exempt the
Contractor for making payment of security deposit, (2) to release 100% payment to the Contractor and (3) to
exempt from furnishing performance guarantee in terms of the said Agreement as aforesaid, we the
______________________Bank, Address________________________________
(code No. ______________) (hereinafter referred to as “the Bank”) do hereby undertake to pay to the
WESCO (as the case may be) an amount not exceeding Rs._________________ (Rupees
)______________________ only against any loss or damage caused to or suffered by WESCO (as the case
may be) by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the
said Agreement.
2. We, the _____________________________Bank do hereby undertake to pay the amounts due and
payable under the guarantee without any demur, merely on a demand WESCO (as the case may be) stating
that the amount claimed is due by way of loss or damage caused to or suffered by WESCO (as the case may
be) by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said
Agreement or by the reason of any breach by the said Contractors failure to perform the said Agreement.
Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank
under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs________________ (Rupees______________________________ ) only.
3. We, the ________________________________Bank also undertake to pay to WESCO (as the case may
be) any money so demanded not withstanding any dispute or dispute raised by the Contractor(s) in any suit
or proceeding instituted/ pending before any court or Tribunal relating thereto our liability under this
Agreement being absolute and irrevocable.
The payment so made by us under this bond shall be valid discharge of our liability for payment there under
and the Contractor(s) shall have no claim against us for making such payment.
4. We, the_______________________________________ Bank further agree that the guarantee herein
contain shall remain in full force and affect during the period that would be taken for the performance of the
said Agreement and it shall continue to remain in force endorsable till all the
dues of WESCO (as the case may be) under by virtue of the said Agreement have been fully paid and its
claim satisfied or discharged or till WESCO (as the case may be)
28
certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the
said Contractor(s) and accordingly discharge this guarantee and will not be revoked by us during the validity
of the guarantee period.
Unless a demand or claim under this guarantee is made on us or with (Local Bank Name, address and code
No.) , Bhubaneswar in writing on or before (date) we shall be discharged from all liability under this
guarantee thereafter.
5. We, the__________________________ Bank further agree that WESCO (as the case may be) shall
have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to
vary any of the terms and conditions of the said Agreement or to extend time of performance by the said
Contractor(s) and we shall not be relieved from our liability by reason of any such variation or extension
being granted to the said Contractor(s) or for any forbearance act or omission on part of WESCO (as the case
may be) or any indulgence by WESCO (as the case may be) to the said Contractor(s) or by any such matter
or thing whatsoever which under the law relating to sureties would but for this provisions have effect of so
relieving us.
6. The Guarantee will not be discharged due to change in the name, style and constitution of the Bank and or
Contractor(s).
7. We, the _______________________________Bank lastly undertake not to revoke this Guarantee during
its currency except with the previous consent of WESCO (as the case may be) in writing
.Dated____________ the_____________ day of Two thousand______________
Notwithstanding anything contained herein above.
Our liability under this Bank Guarantee shall not exceed Rs. _________________________________
(Rupees______________________________________________) only. The Bank Guarantee shall be valid
up to only. We or our Bank at Bhubaneswar (Name & Address of the Local Bank) are liable to pay the
guaranteed amount depending on the filing of claim and any part thereof under this Bank Guarantee only and
only if you serve upon us or our local Bank at Bhubaneswar a written claim or demand and received by us or
by Local Branch at Bhubaneswar on or before Dt. ________________ otherwise bank shall be discharged of
all liabilities under this guarantee thereafter.
For________________________
(Indicate the name of the Bank)
N.B.: (1) Name of the Contractor:
(2) No. & date of the Purchase order / agreement:
(3) Amount of P.O.:
(4) Name of Materials:
(5) Name of the Bank:
(6) Amount of the Bank Guarantee:
(7) Name, Address and Code No. of the Local Branch:
(8) Validity period or date up to which the agreement is valid:
(9) Signature of the Constituent Authority of the Bank with seal:
(10) Name & addresses of the Witnesses with signature:
(11) The Bank Guarantee shall be accepted only after getting confirmation from the respective Banks.
29
Annexure -IV
PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT
(ON NON-JUDICIAL STAMP PAPER OF Rs.100/-)
Ref Date Bank Guarantee No:
In accordance with invitation to Tender Notice No.--------- Dated ------------- of Western Electricity Supply
Company of Orissa Ltd. [herein after referred to as the WESCO] for the purchase of
__________________(name of Material) M/s ________________________Address
______________________________________________wish/wished to participate in the said tender and as
the Bank Guarantee for the sum of Rs. [Rupees
___________________________________________________Valid for a period of ………… days (in
words) is required to be submitted by the Bidder.
1.We the__________________________________________ [Indicate the Name of the Bank] [Hereinafter
referred to as „the Bank‟] at the request of M/S.____________________________ [Herein after referred to
as supplier (s)] do hereby unequivocally and unconditionally guarantee and undertake to pay during the
above said period, on written request by WESCO an amount not exceeding
Rs._____________________________ to the WESCO, without any reservation. The guarantee would
remain valid up to 4.00 PM of ____________________________[date] and if any further extension to this is
required, the same will be extended on receiving instructions from M/s
__________________________________________on whose behalf this guarantee has been issued.
2. We the__________________________________________ [Indicate the name of the bank] do hereby
further undertake to pay the amounts due and payable under this guarantee without any demur, merely on a
demand from the WESCO stating that the amount claimed is due by way of loss or damage caused to or
would be caused to or suffered by the WESCO by reason of any breach by the said supplier [s] of any of the
terms or conditions or failure to perform the said Bid. Any such demand made on the Bank shall be
conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability
under this guarantee shall be restricted to an amount not exceeding
Rs._________________________________________________ (in words).
3.We, the____________________________________ Bank undertake to pay the WESCO any money so
demanded not withstanding any dispute or disputes so raised by the supplier [s] in any suit or proceeding
instituted/pending before any Court or Tribunal relating thereto, our liability under this agreement being
absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our
liability for payment there under and the supplier(s) shall have no claim against us for making such payment.
4. We, the__________Bank [Indicate the name of the bank] or our local branch at Bhubaneswar further
agree that the guarantee herein contain shall remain in full force and effect during the aforesaid period of
-------------- days and it shall continue to be so enforceable till all the dues of the WESCO under by
virtue of the said Bid have been fully paid and its claims satisfied or discharged or till WESCO certifies
that the terms and conditions of the said Bid have been fully and properly carried out by the said
Supplier [s] and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is
made on us in writing on or before the _________________ (date) we shall be discharged from all
liability under this guarantee thereafter.
5. We, the __________________________Bank [Indicate the name of the bank] or our local branch at
Bhubaneswar further agree that the WESCO shall have the fullest liberty without our consent and
without
30
6. affecting in any manner our obligations here under to vary any of the terms and conditions of the said
Bid or to extend time of performance by the said Supplier [s] from time to time or to postpone for any
time or from time to time any of the powers exercisable by the WESCO against the said supplier [s] and
to forbear or enforce any of the terms and conditions relating to the said bid and we shall not be relieved
from our liability by reason of any such variation, postponement or extension being granted to the said
Supplier [s] or for any forbearance act or omission on the part of the WESCO or any indulgence by the
WESCO to the said Supplier[s] or by any such matter or thing whatsoever which under the law relating
to sureties would but for this provision, have effect of so relieving us.
7. This guarantee will not be discharged due to the change in the name, style and constitution of the Bank
or the supplier [s].
8. We, the _Bank or our local branch at Bhubaneswar lastly undertake not revoke this Guarantee
during its currency except with the previous consent of the WESCO in writing.
9. We, the Bank further agree that this guarantee shall also be encashable at our place of business at
Bhubaneswar (Indicate detail address of local branch with code no.) in the State of Orissa.
Dated ___________________________Day of 2011.
Witness ((Signature, names & address) For_________ _____ [Indicate the name of Bank]
1. Power of Attorney No.__________________
2. Date:
SEAL OF BANK
Note: The non-judicial stamp paper of worth Rs.100/- shall be purchased in the name of the bank,
which has issued the bank guarantee.
31
Annexure: V
Price Schedule for Materials / Equipments Offered as per Tender Notice
No.: CSO/IT/2013/HW/1
Name of Bidder………………………………………
SL. No.
Product Description Qty Unit Rate
(Rs.) Taxes & Duties
Freight Total (Rs.)
1 PC
2 UPS
3 EPSON Make Dot
Matrix Printer
4 Grand Total
Signature of Bidder along with seal & date.
Note:1: You may blow-up the Taxes and duties percentage at the footer of this form for clear understanding.
Note: 2:
Any column left blank shall be treated as Nil / Inclusive of.
In case of discrepancy between Unit Rate and Total Value, Unit rate shall prevail over the Total
Value.
The above is to be duly filled-in, signed in all pages and submitted in sealed condition in a separate envelope
super scribed as” part – II Bid – Price Bid”
32