gujarat informatics limited block 1, 8th floor, udyog
TRANSCRIPT
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
1 of 27
Bid Document
GUJARAT INFORMATICS LIMITED Block No. 1, 8th Floor, Udyog Bhavan, Sector‐11, Gandhinagar 382 010
Phone No: 079 ‐ 23256022 Fax No: 079 ‐ 23238925
Pre‐bid meeting : 16.04.2015 on 1500 hours Last Date of Submission of Bid : 28.04.2015 till 1700 hours
Date of Opening of Technical Bid : 29.04.2015 on 1500 hours
Bid for Supply, Installation, Commissioning and Maintenance of Video Wall & Required Accessories for NOC at State Crime Record Bureau on behalf of
Home Department, Government of Gujarat (Tender No. HWT040415274)
Bid Processing Fee: Rs. 2,000/‐
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
2 of 27
Introduction
Gujarat Informatics Limited (herein after referred to as GIL), on behalf of State Crime Record Bureau, Home Department, Gandhinagar (herein after referred to as the Purchasers) for their requirement of Video Wall, intend to invite your bid for supply, installation, commissioning and maintenance of 3 x 3 Video Wall (47” or above LED Display) for NOC at State Crime Record Bureau, Gandhinagar on behalf of Home Department, Government of Gujarat (Tender No. HWT040415274). The Agency shall be fully capable and experienced in the work of providing such solutions. The Agency must have trained manpower including technicians capable of carrying out this job. The Selected Agency must have trained and certified manpower including technicians capable of carrying out this job. The agency is required to deploy the trained & experienced manpower for this project. The Successful will have to supply, install, commission, manage and provide training for the same during warranty period, as per terms and conditions of the contract as per uploaded specifications electronically. Bids are hereby invited from the Bidders having capability, and resources in supplying such solution /services. Bidder is requested to offer the cost for all the items and all the accessories as mentioned in bid document. Once quoted, the bidder shall not make any subsequent price changes, whether resulting or arising out of any technical/commercial clarifications sought regarding the bid, even if any deviation or exclusion may be specifically stated in the bid. Such price changes shall render the bid liable for rejection. Bidder shall quote the prices of offered solution as mentioned valid for 180 days from the date of Financial Bid Opening.
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
3 of 27
SECTION I
Eligibility Criteria for the bidder:
1. The bidder should have a total sum of turnover of Rs. 15 Crore (Minimum) in the last three financial years and the turnover of the last year should be at least Rs. 5 crores. The copies of Audited Annual Accounts/Balance Sheet along with Profit & Loss Account and CA Certified Statement for last three financial years shall be attached along with the bid. (Form no. E‐1)
2. The bidder must have one office in Gujarat. Please attach the copies of any two of the following: Property
Tax Bill of last year / Electricity Bills of last one year / Telephone Bills of last one year / VAT Registration / CST Registration / Valid Lease Agreement. (Form no. E‐2)
3. The bidder must have experience of supply and installation of at least 5 numbers of Video Walls in last
three years in India out of which at least 2 Video Wall should be in Network Operating Center (NOC). The references of such installations should be clearly mentioned and documentary proof like copy of Purchase Orders, Customer Reference, Completion Certificate, shall be submitted. (Form no. E‐3)
4. The bidder should be authorized by its OEM for the items mentioned in Form no. E4 to quote this bid.
Please attach the copy of Authorization on OEM letter head and signed by authorized signatory for the item(s) to be offered in this bid.
5. The bidder is required to provide back to back support from the OEM. An undertaking by authorized
signatory of the company needs to be submitted in this regard. Note: 1. All the details and the supportive documents for the above mentioned items should be uploaded in
eligibility section in the bid.
2. Bidders who wish to participate in this bid will have to register on https://gil.nprocure.com. Further bidders who wish to participate in online bids will have to procure Digital Certificate as per Information Technology Act 2000 using which they can sign their electronic bids. Bidders can procure the same from (n) code solutions – a division of GNFC Ltd., or any other agency licensed by Controller of Certifying Authority, Govt. of India. Bidders who already have a valid Digital Certificate need not procure a new Digital Certificate.
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
4 of 27
SECTION II General Terms & Conditions: 1. The last date of submission of bid on the website https://gil.nprocure.com is 28.04.2015 up to 1700 Hrs.
No physical bids will be accepted under normal circumstances. However, GIL reserves the right to ask the bidders to submit the bid and/or any other documents in physical form.
2. The bid is non‐transferable.
3. The Bidder may quote only one option (i.e. only one product can be quoted) against each item. Bidders are required to mention make & model of the product. (Do not write “OEM” against items as bidders are expected to give make & model of the product).
4. The successful bidder will have to supply, install, maintain, and provide operational level training and commissioning of 3 x 3 Video Wall (47” or above LED Display) for NOC at State Crime Record Bureau, Gandhinagar on behalf of Home Department, Government of Gujarat.
5. If in any case the quoted Item is not available in the market, the bidder will have to supply Higher Version/replacement of that Item in the quoted cost in the same time duration with prior approval of GIL. No “End of Life” product should be quoted to minimize such instances.
6. The Bidder shall bear all the costs associated with the preparation and submission of its bid, and GIL in no case will be responsible or liable for these costs, regardless of conduct or outcome of bidding process.
7. Technical specifications indicated are minimum specification. Bidder may quote for better solution. The bidder should provide following with the technical bid:
Make & Model Number
Name of Manufacturer
Technical Literature
Manufacturer’s Data Sheet.
Compliance statement from the OEM of the product
8. The bidder has to upload the compliance letter for the Scope of Work on its letter head duly signed by the authorized signature & other supporting documents as asked for in the bid in scanned format. Failing to submit the same or non‐compliance/deviation from any bid terms and conditions, eligibility criteria or technical specifications may result in rejection of the bid.
9. The Bidder has to examine all instructions, forms, terms, conditions and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the biding documents in every respect will be at the Bidder’s risk and may result in rejection of its bid.
10. Amendment of Bidding Documents (Corrigendum)
10.1. At any time prior to the deadline for submission of bids, GIL may, for any reason, whether its own initiative or in response to the clarification request by a prospective bidder, modify the bidding documents.
10.2. The corrigendum will be published on website https://gil.nprocure.com & www.gil.gujarat.gov.in.
10.3. In order to allow prospective bidders reasonable time to take into consideration the amendments while preparing their bids GIL, at its discretion, may extend the deadline for the submission of bids.
11. Bid Currency ‐ Prices shall be quoted in Indian Rupees only. Payment for the supply of equipments as specified in the agreement shall be made in Indian Rupees only.
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
5 of 27
12. The bidder will have to submit Non refundable Bid Processing Fees of Rs. 2,000/‐ & Earnest Money Deposit (E.M.D.) of Rs. 1,90,000/‐ (Rupees One Lac Ninety Thousands Only) (Refundable) on or before date & hours of opening the bids in a sealed cover at GIL office with the heading “Bid processing Fees & EMD for E‐tender no HWT040415274 for supply, installation, commissioning and maintenance of 3 x 3 Video Wall (47” or above LED Display) for NOC at State Crime Record Bureau, Gandhinagar on behalf of Home Department, Government of Gujarat.” Bid Processing Fees and E.M.D. must be in the form of Demand Draft in the name of “Gujarat Informatics Ltd.” payable at Gandhinagar along with the covering letter. Please affix the stamp of your company on the overleaf of demand draft.
13. In case of non‐receipt of Bid processing fees & EMD as mentioned above in your bid will be rejected by GIL as non‐responsive.
14. Unsuccessful / Disqualified bidder's E.M.D. will be returned as promptly as possible after the expiration of the period of bid validity OR upon the successful Bidder signing the Contract, and furnishing the Performance Bank Guarantee as prescribed by GIL, whichever is earlier.
15. In exceptional circumstances, GIL may solicit the Bidder’s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. A Bidder may refuse the request without forfeiting its E.M.D. A Bidder granting the request will not be permitted to modify its bid.
16. The Successful bidder has to submit Performance Bank Guarantee @ 10% of total order value within 15 days from the date of issue of Purchase order for the duration of 63 months from any Nationalized Bank including the public sector bank or Private Sector Banks authorized by RBI or Commercial Bank or Regional Rural Banks of Gujarat or Co‐Operative Bank of Gujarat (operating in India having branch at Ahmedabad/ Gandhinagar) as per the G.R. no. EMD/10/2013/655/DMO dated 31.03.2014 issued by Finance Department or further instruction issued by Finance department time to time. (The draft of Performance Bank Guarantee is attached herewith.
17. Successful Bidder will have to sign the contract upon receiving the confirmed purchase order with the purchaser(s) within 15 working days from the date of confirmed purchase order. (The draft is attached herewith)
18. The successful Bidder's E.M.D. will be returned upon the Bidder signing the Contract, and furnishing the Performance Bank Guarantee @ 10% of the total order value and offer of inspection of the ordered material.
19. The E.M.D. may be forfeited at the discretion of GoG / GIL, on account of one or more of the following reasons:
(a) If a Bidder withdraws its bid during the period of bid validity.
(b) If Bidder does not respond to requests for clarification of their Bid
(c) If Bidder fails to co‐operate in the Bid evaluation process, and
(d) In case of a successful Bidder, if the Bidder fails:
(i) To sign the Contract as mentioned above or
(ii) To furnish performance bank guarantee as mentioned above or
(iii) If the bidder is found to be involved in fraudulent practices.
20. Termination for Default:
20.1. The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the Bidder. Bidder will be given notice/cure period of 30 days, after that purchaser will terminate the Contract in whole or part after:
a) If the bidder fails to deliver any or all of the Goods as per the delivery schedule mentioned in the bid, or within any extension thereof granted by the Purchaser or
b) If the Bidder fails to perform any other obligation(s) under the Contract/Purchase order.
c) If the Bidder, in the judgment of the Purchaser has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
6 of 27
For the purpose of this clause:
“Corrupt practice” means the offering, giving, receiving or soliciting of any thing of value of influence the action of a public official in the procurement process or in contract execution.
“Fraudulent practice : a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the purchaser, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non‐competitive levels and to deprive the purchaser of the benefits of free and open competition;”
20.2. In the event the Purchaser terminates the Contract in whole or in part, pursuant to Clause 20.1 above, the Purchaser may procure, upon such terms and in such manner, as it deems appropriate, Goods or Services similar to those undelivered, and the Bidder shall be liable to the Purchaser for any excess costs for such similar Goods or Services. However, the Bidder shall continue the performance of the contract to the extent not terminated.
21. Price shall be inclusive of all freight, forwarding, transit insurance, installation, warranty and maintenance charges.
22. Prices shall be inclusive of Excise Duties. The prices shall strictly be submitted in the given format. Quoted prices shall be inclusive of all taxes except CST / VAT / Service Tax. The tax components like CST / VAT / Service Tax as applicable shall be mentioned separately in the respective columns.
23. Late Bids: The bidder will not be able to submit the bid after final submission date and time.
24. Modification and Withdrawal of Bids
24.1. The Bidder may modify or withdraw its bid before the due date of bid submission.
24.2. No bid will be allowed to be modified subsequent to the final submission of bids.
24.3. No bid will be allowed to be withdrawn in the interval between the deadline for submission of bids and the expiry of the bid validity. Withdrawal of a bid during this interval will result in the forfeiture of bidder’s E.M.D.
25. Bids will be opened with the buyer’s private digital key in the presence of Bidder’s representatives, who choose to attend. The Bidder’s representatives who are present shall sign a register/attendance sheet evidencing their attendance. The representative will be held responsible for all commitments made on behalf of the bidder and that will be considered valid for all further dealings related to this bid process. In the absence of the bidder(s), the Tender Committee may choose to open the bids as per the prescribed schedule.
26. The Bidder’s names, Bid modifications or withdrawals, discounts and the presence or absence of relevant E.M.D. and such other details as GIL/GOG officer(s) at their discretion, may consider appropriate, will be announced at the opening.
27. Evaluation of the Bids: After the closing time of submission, GIL / GoG committee will verify the submission of Bid Processing Fees & EMD as per bid terms and conditions. The eligibility criteria evaluation will be carried out of the responsive bids. The technical bids of the bidders who are complying with all the eligibility criteria will be opened and evaluated next. GIL will seek clarifications if required on eligibility & technical section. The financial bid of the technically qualified bidders will be opened and financially L1 bidder will be decided from the sum total of prices for all line items without tax with 5 year warranty (3+2 years warranty) and then called for further negotiations if required.
28. The bidder will have to offer the inspection in the manner as decided by GIL before delivering to the respective site or at customer sites. The cost of the same has to be borne by the supplier. Any deviation found in the specification of the produced goods from the bid specification will lead to the cancellation of the order, forfeiture of EMD/PBG and prohibition in the participation in the future purchase of Government of Gujarat. GIL/GoG will not be responsible for any time delay which may arise due to any deviation from the bid technical specification found at the time of inspection and the bidder has to deliver and install the ordered goods within prescribed time limit. At the time of inspection, bidder is required to produce OEM’s confirmation on OEM’s letter head with serial nos. of goods supplied for back to back warranty support as per tender terms & conditions.
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
7 of 27
29. The Indenter’s right to inspect, test and, where necessary, reject the Goods after the Goods arrival at Customer Site shall in no way be limited or waived by reason of the Goods having previously been inspected, tested and passed by the Purchaser or its representative prior to the Goods shipment.
30. Delivery & installation: Within 60 working days from the date of confirmed purchase order.
31. If the successful bidder of the immediately preceding tender(s) for the Purchase of Computer Hardware & LAN equipments as floated by GIL has failed to deliver the pending orders within the prescribed time limit, then such bidder will deemed to be ineligible to participate in this tender. The period of such deemed ineligibility will be for a six months from the date of expiry for delivery and installation for such preceding tender(s) in view of his poor performance.
32. Bid validity will be of 180 days after the date of financial bid opening. A bid valid for shorter period shall be rejected as non‐responsive. If required, GIL may extend the bid validity for further period from the date of expiry of bid validity in consultation with the successful bidder.
33. Bidders are required to quote all items including optional add‐ons as well. Incomplete bids will be treated as non‐responsive and will be rejected.
34. Warranty
34.1. Warranty: Comprehensive onsite warranty for all‐inclusive 3 + 2 Years from the date of installation of procured equipments. Please clearly mention the parts, which are not covered under warranty separately.
34.2. If any equipment gives continuous trouble, say three times in one month or six times in a year during the warranty period, the bidder shall replace the same with new equipments without any additional cost to the purchaser.
34.3. If any manufacturing or other technical defects are found within the warranty period, the same will have to be replaced or rectified free of cost by the bidder.
34.4. Maintenance service
34.4.1. Free maintenance services shall be provided by the Bidder during the period of warranty.
34.4.2. The maximum response time for maintenance complaint from any of the destinations specified in the Schedule of Requirements/ Purchase order(s) (i.e. time required for bidders maintenance engineer to report at the installation after a request call/telegram is made or letter is written) shall not exceed 24 hrs.
34.5. The Bidder / System Integrator will be required to co‐ordinate with software vendor and / or do liasioning with other service provider to achieve the end‐to‐end connectivity.
35. Penalty Clause
35.1. If the bidder fails to deliver and install the requisite hardware and software within 60 working days of the issue of the confirmed purchase order, then a sum equivalent to one percent (1 %) of the total contract value shall be deducted from the payment for each calendar week of delay or part thereof.
35.2. Delay in excess of 15 weeks will be sufficient to cause for termination of the contract. In that case the Performance Bank Guarantee of the bidder will be forfeited.
35.3. In case, the selected bidder does not supply the ordered items for any reason, he will be liable to pay the difference amount to the purchaser, over and above the Performance Guarantee, which indenter departments\Boards\Corporations have to pay to the next or other selected bidder for purpose of the said items.
35.4. During warranty period, if the complaint is not resolved within 72 hrs the penalty of Rs. 500 per day for LED Display and Rs. 200 for other peripherals will be levied. However, if the complaints not resolved within 7 days then from 8th day to 14th day, penalty would be levied @ 150% and from 15th day onwards penalty @ 200% of the above rates would be levied. The amount of penalty will be recovered from the Performance bank guarantee during warranty period.
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
8 of 27
35.5. In case an item is not usable beyond the stipulated downtime the bidder will be required to arrange for an immediate replacement of the same till its is repaired. Failure to arrange for the immediate repair/replacement will be liable for penalty of Rs. 500 per day LED Display and Rs. 200 for other peripherals will be levied. The amount of penalty will be recovered from the Performance bank guarantee during warranty period.
35.6. The amount of penalty (liquidated damages) shall be subject to a maximum limit of 10% of the total contract value.
36. Payment: Payment for Goods and Services shall be made by Purchasing Department in Indian Rupees as follows:
36.1. No advance payment will be made.
36.2. 90 % payment after successful inspection and delivery of the ordered goods. The inspection will be done by GIL
36.3. Remaining 10 % payment will be made after installation and completion of requisite user training to the purchaser’s staff.
37. GIL reserves the right to change any bid condition of any item even after inviting the bids, with/without prior notification.
38. GoG / GIL’s Right to accept any Bid and to reject any or all Bids – GoG / GIL reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to awarding the Contracts, without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for such decision.
39. The bid quantities are estimated based on the receipt of the requirement from Indenting Department. The quantities may decrease up to 50% of the bid quantity or increase up to 30% of the bid quantity at the time of finalization, depending upon the change in the requirements/grants available with the purchaser(s), which shall be binding to the bidder.
40. Limitation of Vendor’s Liability: Vendor’s cumulative liability for its obligations under the contract shall not exceed the contract value and the vendor shall not be liable for incidental, consequential, or indirect damages including loss of profit or saving.
41. All correction/addition/deletion shall require authorized countersign.
42. Force Majeure Shall mean and be limited to the following:
a) Fire, explosion, cyclone, earthquake, flood, tempest, lightening or other natural physical disaster;
b) War / hostilities, revolution, acts of public enemies, blockage or embargo;
c) Any law, order, Riot or Civil commotion, proclamation, ordinance, demand or requirements of any Government or authority or representative of any such Government including restrictive trade practices or regulations;
d) Strikes, shutdowns or labor disputes which are not instigated for the purpose of avoiding obligations herein, or;
e) Restrictions imposed by the Government or other statutory bodies which prevents or delays the execution of the order;
f) Any other circumstances beyond the control of the party affected;
The BIDDER shall intimate Purchaser by a registered letter duly certified by the local statutory authorities, the beginning and end of the above causes of delay within seven (7) days of the occurrence and cessation of such Force Majeure Conditions. In the event of delay lasting over two months, if arising out of causes of Force Majeure, Purchaser reserves the right to cancel the order.
Delivery & Installation period may be extended due to circumstances relating to Force Majeure by the Purchaser. Bidder shall not claim any further extension for delivery & installation or completion of work. Purchase / GoG shall not be liable to pay extra costs under any circumstances.
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
9 of 27
The BIDDER shall categorically specify the extent of Force Majeure conditions prevalent in their works at the time of submitting their bid and whether the same have been taken in to consideration or not in their quotations. In the event of any Force Majeure cause, the BIDDER shall not be liable for delays in performing their obligations under this order and the delivery dates can be extended to the BIDDER without being subject to price reduction for delayed deliverables, as stated elsewhere.
It will be prerogative of Purchaser / GoG to take the decision on force major conditions and Purchaser decision will be binding to the bidder.
43. The Clarifications must be submitted in writing to GIL at least 3 days before the pre‐bid meeting date. Thereafter the clarifications received from the bidders will not be entertained.
44. It is expected that bidder has visited the installation place at NOC at State Crime Record Bureau, Home Department, Gandhinagar before submission of the bid and understood the system & requirement of purchaser.
45. If required, GIL may extend the bid validity for further period from the date of expiry of bid validity in consultation with the successful bidder.
Your bid should be submitted on website https://gil.nprocure.com on or before 17:00 Hours, 28.04.2015.
Proposals after due time period will not be accepted.
The Technical Bids will be opened on 29.04.2015 at 15:00 Hours at GIL, Block No. 1, 8th Floor, Udyog Bhavan, in the presence of the committee members and representatives of the bidders, who have submitted valid bids. Only one representative from each bidder will be allowed to attend the tender opening. The representative will be held responsible for all commitments made on behalf of the bidder and that will be considered valid for all further dealings related to this tender process.
Please address all queries and correspondence to
Shri Vivek Upadhyay, DGM (Tech.), Gujarat Informatics Limited
Block No. 1, 8th Floor, Udyog Bhavan, Gandhinagar ‐ 382010 Phone No. 079‐23259239, Fax No. 079‐23238925,
E‐mail: [email protected]
Fax / Email should be followed by post confirmation copy.
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
10 of 27
SECTION III
Scope of Work
The specification provided in this document covers the requirements of Design, Supply of Components, Installation, Testing and Commissioning of Video Wall and the respective Audio Visual System Solutions. Network Operating Center should be designed with user friendly technology to communicate with internal & external users with High Definition display solution and latest technology to create new benchmark in terms of Audio – Visual Solutions and should have the following features:
1. Video Wall Solution should have the provision of displaying contents over Large Display ‐ Video Wall through different sources like PC, Laptop, Satellite TV Input, and other Video Source etc.
2. The Video Wall to be designed for 24 x 7 operation and should provide enhanced productivity and user friendly operation in terms of new product and technology.
3. Video Wall should have the video wall processor and engine which can have the flexibility to show or display the different ‐ different sources with flexible layout, drag drop facility and desktop sharing features etc.
4. The Video Wall for network operating center is to be designed in such a way that the managed data received from various police stations should be display on it according to the requirement.
5. It can flip the video/ data randomly to get the better overview at NOC. 6. Video Wall Border for aesthetically good look.
Some of the brief activities as a part of scope of work for the bidder are:
The bidder should design, supply of components, installation, testing and commissioning of Audio Visual System with Video wall display solutions as required for the satisfactory operation of the entire solution.
The field cabling with conduit installation for the power and LAN cabling at one location will be provided by client, and the same needs to be validated and confirmed by the bidder.
The bidder will be responsible for providing the services for configuring the hardware and deploying system software as per the requirements testing/ integration of various hardware and software.
Bidder will be back‐end support agreement/arrangement for services including supply of spare parts, expertise requirements etc. with the Original Equipment Manufacturers (OEMs) of Servers which includes the post sales support activities for the entire project period. The OEM undertaking letter should be submitted along with the bid.
Bidder need to submit the detailed bill of material along with the internal part nos for all quoted products inclusive of all licenses.
The bidder has to conduct the site survey and present the detailed site inspection survey report including the pre instillation checklist.
Specifications for the power supply required for provisioning UPS/Power for the efficient operation of the equipment along with grounding specification as required.
The bidder is responsible to check the Audio visual area / room to determine actual size required based on the room size & design.
Provide on‐site warranty support for 3 + 2 years.
The bidder to provide full documentation including technical details of all components listed in the proposal.
Bidder has to supply and install all the accessories required for the satisfactory operation of the system with the latest technology solutions.
Any other components required for the satisfactory operation of the system to be provided by the bidder.
The bidder should prepare the as built documentation for the overall system.
The bidder should provide a video wall of 3 x 3 matrix of 47” (Diagonally) length, ultra thin bezel Video wall display.
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
11 of 27
The bezel gap should not be more than 4.9 mm.
Bidder is responsible for fixing and aligning of video wall and also for providing bracket to hide the backend wiring to give an aesthetic look to the video wall.
A remote sensing device for controlling the video wall must be given.
Bidder should provide advanced processor for multi input video wall controller for customized video with Ethernet port, and a software must be there to control the 9 cubes of display with customized application
Bidder need to provide an IP based intelligent controller which can handle heavy traffic, along with customized GUI application for controlling video wall and other application.
Bidder has to provide HDMI SWITCHER to connect multiple HDMI inputs.
A video scalar must be there to give unified image resolution which will increase the color depth and reduce the blur image in case of enlargement.
Bidder should provide a server to control the feed from various police station monitoring data feed, BSNL data feed and Application data feed with appropriate hardware and software.
A data flipper must be there to switch or flip the video/data automatically. Scope of work for installing active components:‐
Supply, Installations, Testing & Commissioning of Switches as per Technical specification.
The switches will be installed at locations identified for Network Operating Center.
The System required to be configured the setup in such a way that it provides a GUI (Graphical User Interface) to control entire Network Operating Center.
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
12 of 27
Schematic Diagram
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
13 of 27
SECTION IV
Minimum Technical Specification
Item No. 1 ‐ HD Video Wall – 3 x 3 Matrix of 47” or above LED (Diagonally)
Item Description Qty. Matched/
Not Matched Deviation,if any
Screen Size 47" or above
9
Aspect ratio 16:9
Panel Type Direct LED/IPS
Panel Life 50,000 hours (Backlight half‐life) or Better
Number of Pixels (H x V)
1,920 x 1,080 pixels or Better
Brightness 500 cd/m2 or better
Contrast Ratio 1,400:1 or better
Dynamic Contrast Ratio
>= 500,000:1
Viewing Angle >= 178°/178° (Horizontal/Vertical)
Response Time 12 ms (G to G) or better
Connection Terminal
VIDEO IN BNC x 1,AUDIO IN (L/R) Pin jack x 1 set (Side) (Shared with Component IN), HDMI IN HDMI TYPE A x 1, Component IN BNC x 1 set, DVI‐D IN, PC IN, AUDIO IN (L/R), DVI‐D 24pin x 1, Mini D‐sub 15pin x 1 (Female), M3 jack x 1 (Shared with DVI‐D IN), AUDIO OUT (L/R) Pin jack x 1 set
Power Requirements
220‐240 V AC, 50/60 Hz
Power Consumption
250 W or lower
Speaker Out 20 W, 8 Ω [10 W + 10 W ]
Bezel gap (Bezel to bezel)
4.9 mm or lesser
Features
Daisy Chain, DVI Min 10 Units, Remote Daisy Chain Min 25 Units, Remote Operation Lock, ID Control with Serial Control, VESA 400 x 400‐mm Compatibility, Landscape and Portrait Orientation, 1:1 Pixel Mode, Automatic Picture Position, PC/DVI Power Management, Power‐on Screen Delay, Seam Hides Video Off Mode, Heat Status
Item No. 2 ‐ Wall Mounting Kit for 3 x 3 Video Wall with Standing Metal Wall
Item Description Qty. Matched/
Not Matched Deviation, if any
Allowing Displays to be mounted directly onto wall thereby saving entire back room space. Exclusive mount design permits rear sides of all individual monitors being accessible from front for any service, maintenance or cabling etc. Suitable for proposed LED Display & up to 65 Kgs individual monitor weight Metal wall paneling to hold minimum 1000 kgs weight of Video Wall and brackets. Independent brackets have retractable facility. Standing Metal Wall to hold Video Wall
1
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
14 of 27
Item No. 3 ‐ Remote Sensing Device for controlling of Video Wall
Item Description Qty. Matched/
Not Matched Deviation, if any
This device will be used for giving remote commands to all the Video wall cubes simultaneously
1
There will be Loop in ‐ loop out system for giving user remote signals
This can be used for remote programming & maintenance.
Appropriate Probes & Sensors to be supplied.
Item No. 4 ‐ Video Wall Digital Controller
Item Description Qty. Matched/
Not Matched Deviation, if any
SDRAM‐ 512 MB
1
Flash – 4GB
Memory Card ‐ supports SD and SDHC cards up to 32 GB
External Storage Support USB mass storage devices up to 1 TB
Ethernet:‐10/100 Mbps; auto‐switching; auto‐negotiating; auto‐discovery; full/half duplex; industry‐standard TCP/IP stack; UDP/IP; CIP; DHCP; SSL; IEEE 802.1X; SNMP; BACnet IPv4 or IPv6; Active Directory authentication; IIS v.6.0 Web Server; SMTP e‐mail client
USB:‐ Supports USB HID and USB mass storage class devices via rear panel USB 2.0 host ports, supports computer console via front panel USB 2.0 device port
RS‐ 232/ 422/ 485:‐ For 2‐way device control and monitoring, all ports support RS‐232 up to 115.2k baud with software handshaking, one port also supports RS‐422 or RS‐485 and hardware handshaking
IR/ Serial:‐ Supports 1‐way device control via infrared up to 1.2 MHz or serial TTL/RS‐232 (0‐5 Volts) up to 115.2k baud
Power Pack:‐ 2.0 Amps @ 24 Volts DC; 100‐240 Volts AC, 50/60 Hz power pack
Power:‐ 24 Watts (1 Amp @ 24 Volts DC) when using power pack
IR/ Serial:‐ Supports 1‐way device control via infrared up to 1.2 MHz or serial TTL/RS‐232 (0‐5 Volts) up to 115.2k baud
USB: (1) USB Type A female; USB 2.0 port for storage devices
COM 1: (1) 5‐pin 3.5mm detachable terminal block; Bidirectional RS‐232/422/485 port; Up to 115.2k baud; hardware and software handshaking support
IR ‐ SERIAL OUTPUT 1 – 8: (2) 8‐pin 3.5mm detachable terminal block comprising (8) IR/Serial output ports; IR output up to 1.2 MHz; 1‐way serial TTL/RS‐232 (0‐5 Volts) up to 115.2k baud
Item No. 5 ‐ Video Wall Engine
Item Description Qty. Matched/
Not Matched Deviation, if any
Configuration of the complete system via a graphical Interface.
1
Administrative control of the complete system
Live Preview of Input Source.
Specifications of the Video wall controller / Processor
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
15 of 27
Controller with processing board and required nos. Of Input & Output cards
Deliver the screen wall management software as described before including all required licences and install it ready for Operation on the server of the large screen wall.
Free definition of user rights and the user levels
Management of operators to address rights and hierarchy to split the wall in different areas
Auto detect of input and output
Dynamic control of windows
Creation of presets (layouts)
Drag & drop function for all sources
Control of the windows on the large screen wall from Control and observation computers.
Chronological controlled showing of presets
FPGA Technology based Architecture controller
Non windows based video wall controller
The processor should be controlled through RJ45 cable
The software should be able to control through Wifi
Input: 8 nos. Of HDMI connection. Output: 12 nos. Of HDMI connection.
Should be chassis based
Item No. 6 ‐ Application Software‐ GUI Interface
Item Description Qty. Matched/
Not Matched Deviation, if any
The system required to be configured the setup in such a way that it provides a GUI to control video wall and other application.
1
GUI should be customized at any given time during support period as per customer requirement like logo, adding event, adding equipment interface etc.
There will be multiple pages of GUI with 1 home page and there should not be any limitation in making no of pages in GUI
GUI can be accessible from multiple devices and control the video wall and other AV equipment simultaneously
GUI will be installed in operating component device as well as into the controllers for better synchronization and backup
By operating GUI the software should call all Audio Visual equipment and video wall.
GUI should be live synchronized simultaneously with different device
There should be a button panel from where the agent can push the video and drag it to video wall
There should be a provision to automatically reset the value after predefined time and the video get switch over the flipper unit.
Item No. 7‐ Speaker
Item Description Qty. Matched/
Not Matched Deviation, if any
5.2ch platform with 5.1 package included 1
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
16 of 27
140W (6 Ω, 1kHz, 1ch driven, THD 10%)
4K / 60p full‐rate pass‐through (two designated HDMI inputs)
Type / Full‐range, 1 speaker, Frequency range 150 Hz ‐ 20 kHz, Input impedance 6 ohms
Type Built‐in amplifier, Frequency range 35 Hz ‐ 150 Hz, Dynamic power 100 W, Input impedance 22 kohms, Power supply 230 V, 50 Hz / 60 Hz, Power consumption 65 W
Item No. 8 ‐ Power Amplifier
Item Description Qty. Matched/
Not Matched Deviation, if any
Power Output:‐ 140 W per channel (6 Ω, 1 kHz, THD 10%, 1 ch driven) 90 W per channel (6 Ω, 1 kHz, THD 0.7%, 2 ch driven) 70 W per channel (8 Ω, 20 Hz ‐ 20 kHz, THD 0.08%, 2 ch driven)
1
Output connectors:‐ 6 ‐ 16 Ω
Input sensitivity/impedance:‐ 200 mV / 47 kΩ
Frequency response:‐ 10 Hz ‐ 100 kHz — +1, –3 dB (Direct Mode)
S/N Ratio:‐ 98 dB (IHF‐A weighted, DIRECT mode)
Tuning frequency range:‐ 87.5 ‐ 108.0 MHz
Tuning frequency range:‐ 522 ‐ 1611 kHz
Power supply:‐ AC 230 V, 50 / 60 Hz
Power consumption:‐ 310 W (Standby 0.1W, Bluetooth Standby 1W)
Dimensions (W x H x D):‐ 434 x 151 x 319 mm
Weight:‐ 7.5 kg
Built‐in Bluetooth
Auto setup with room EQ
Front panel USB input
HDMI Rear 5 in / 1 out
Digital audio inputs : 2 Opt / 1 Coax
Audio: 2 in, Video : CVBS 2 in / 1out
AM / FM Radio
Item No. 9 ‐ Input / Output Switcher
Item Description Qty. Matched/
Not Matched Deviation, if any
This will be an intelligent software to control matrix switching unit 1
It should support HDMI, DVI and VGA ports.
Item No. 10 ‐ HDMI Matrix Control Switcher
Item Description Qty. Matched/
Not Matched Deviation, if any
"HDMI Switcher" lets you connect multiple HDMI inputs to receive more digital content with better picture quality on your TV or LCD's.
1
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
17 of 27
The unique auto‐adaptive equalizers enable the use of longer cables for TV or LCD's connection anywhere in the home. It provides commercial grade output with several control options for switching.
The unit is controlled through a front panel source selection switches with provision for RS232C & contact closure. It can also be controlled through IR remote Control, RF remote control or also through remote IP address.
The unit also senses which input has the signal and switch the TV to that source automatically in auto mode.
The resolution that the splitter supports are 720i, 720P, 1080i, & 1080P. Units are compatible with any of the controllers available in market
Item No. 11 ‐ Digital Video Scalar
Item Description Qty. Matched/
Not Matched Deviation, if any
Number/signal type 1 Composite1 RGBHV/YUV (YUVi, YUVp, and YUV‐HD) 1 HDMI/DVI
1
Connectors 1 female BNC for composite1 female 15‐pin HD for RGB/YUV1 female HDMI for HDMI/DVI
Resolution range 640x480 to 1600x1200 and 1920x1200* NTSC, PAL, SECAM, 480p, 576p, 720p, 1080i, 1080p, and 2k* reduced blanking
Analog sampling 12 bits per color; 13.5 MHz standard (video) 170 MHz standard (RGB)
Digital pixel data bit depth 8, 10, or 12 bits per channel; 165 Mhz pixel clock (HDMI)
Number/signal type 1 HDMI (HDCP)
Connectors 1 female HDMI
Frequency response 20 Hz to 20 kHz, ±0.5 dB
THD + Noise < 0.1% @ 1 kHz, 20 Hz to 20 kHz bandwidth (at nominal level)
S/N >90 dB, at maximum output (unweighted)
Number/signal type 3 stereo unbalanced
Connectors (3) 3.5 mm TRS connectors
Number/signal type (1) 2‐channel LCPM audio or digital pass‐through
Connectors 1 female HDMI (shared with HDMI video)
Serial control port 1 bidirectional RS‐232 rear panel 3 pole captive screw connector
USB control ports 1 front panel female mini USB B
Item No. 12 ‐ Video Data Flipper
Item Description Qty. Matched/
Not Matched Deviation, if any
The flipper server has the capacity to view minimum 8 video feeds.
1
There should be capacity scale and make proper resolution of each video feeds.
There will be facility to show minimum 8 feeds in 1 screen in different size and similar size.
User can change 5 of the video feeds by clicking, dragging of input/ video feeds.
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
18 of 27
Should have capacity to flip the video/ input to video wall in the time interval of 3,5,7,10 seconds or time will be customized as per requirement.
There should be minimum 52 layouts in which user can define the different size of input.
Flipper server can harden operating system to avoid any virus and malfunctioning.
Appropriate hardware to be supplied with HDMI/ DVI and Ethernet port.
Item No. 13 ‐ Supervisory Suite and Server
Item Description Qty. Matched/
Not Matched Deviation, if any
Should have four core, 1.8 GHz, 10MB processor
1
High End 1300 Watt chasis based server
Should have boot drive/ boot volume < 2TB
Must have minimum 16 GB RAM
Must have minimum 1 TB hard disk.
It should be integrated with ATA/ SAS controller
Should have minimum 8 Slim line DVD writer drive
It should have chasis intrusion switch
It should have built in internal speaker
It should have USB optical mouse, 40 USB keyboard
Must have 5 year support, 4 hr onsite service
It will be used to manage agent work load.
Supervisory suit will be having summary of load of Audio Visual on Network Command Center
There should be a drag and drop facility for allocating task to the agent
There is a special GUI for supervisor for managing, operating and maintenance of all Audio Visual equipment and video wall
Supervisor have the overriding function to display on video wall
Item No. 14 ‐ Tran receiver (In Lot)
Item Description Qty. Matched/
Not Matched Deviation, if any
Tran receiver with 1080p full HD video and audio transfer at 9.5 Mhz
1
Tran receiver should support CAT 5 and above cabels
LED indication feedback for:‐ 1. Receiving the signal 2. Non availability of the signal 3. Signal pas through
Tran receiver should give text message on display or video wall for status of video signal.
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
19 of 27
Item No. 15 ‐ 24 Port Switch
Item Description Qty. Matched/
Not Matched Deviation, if any
Connector Options:‐ 10/100/1000 Mbps ports: RJ‐45
1 Gbps SFP ports for uplink/stacking: SX, LX, TX, LHA, LHB, direct‐attached copper cable (Twinax) for stacking
100 Mbps/1 Gbps SFP ports for uplink: FX, SX, LX, TX, LHA, LHB; 10/100/1000 Mbps RJ‐45 ports for uplink
1/10 Gbps SFP+ ports for uplink/stacking: USR, SR, LR, ER, LRM, direct‐attached copper cable (Twinax) for stacking
Out‐of‐band Ethernet management: 10/100/1000 Mbps RJ‐45
Console management: RJ‐45 serialExternal power connector: Redundant system power supply and extended PoE power supply
1
IPV 6 support:‐ Host functionality management, Hardware support for IPV6, IPV 6 static routing
Maximum jumbo frame size:‐ 9216 bytes
Traffic management:‐ ACL‐based inbound rate limiting and traffic policies, Broadcast, multicast, and unknown unicast rate limiting, Inbound rate limiting per port, Outbound rate limiting per port and per queue.
High Availability:‐ Redundant external power supply, Layer 3 VRRP protocol redundancy, Real‐time state synchronization across the stack, Hitless failover from master to standby stack controller, Protected link groups, Hot insertion and removal of stacked units
Embedded Security:‐ 802.1X Accounting, MAC authentication, DHCP snooping, Dynamic ARP inspection, Bi‐level Access Mode (Standard and EXEC Level), EAP pass‐through support, Packet filtering on TCP Flags, IEEE 802.1X username export in sFlow, Protection against Denial of Service (DoS) attacks
Item No. 16 ‐ Distribution Amplifier
Item Description Qty. Matched/
Not Matched Deviation, if any
It should be able to boost the Signal
1
It will be used to send your HDMI output of set‐top boxes, DVD Players, D‐VHS Players, PC’s and other HDTV devices to as many as 2/4/8 HDMI inputs of monitor /LCD/Plasma/Projectors with the same strength & quality and an ability to daisy chain or cascade for multiple larger number of displays.
The resolutions, the distribution amplifier should support are 720i, 720P, 1080i and 1080P.
It should work on simple plug and play functionality.
It should be able to connect to both HDMI and DVI‐D single link Displays.
It should have minimum 16 ports.
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
20 of 27
Item No. 17 ‐ Connectors / Cables and Accessories
Item Description Qty. Matched/
Not Matched Deviation, if any
Bracket and connectors as required (in Lot)
1
Cables & other accessories as required (in Lot) ‐HDMI / DVI Cable or as per the equipments offered and site requirements
Item No. 18 ‐ Rack
Item Description Qty. Matched/
Not Matched Deviation, if any
27” 800 x 800 24 U Rack with front Glass/ Acrylic door, Ventilated Top & Bottom, Fully powder coated Rigid Steel body with Accessories like Cooling Fan, Power Strip‐5 Amp with Mounting Hardware
1
Item No. 19 ‐ HD Graphics peripheral Card
Item Description Qty. Matched/
Not Matched Deviation, if any
Minimum 1 GB Graphic device with HDMI / DVI port.It should give minimum 1080 pix resolution. It should have the capacity for dual / duplicate display without compromising on native resolution.
4
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
21 of 27
SECTION V
FINANCIAL BID FORMAT
Sr. No.
ITEM Qty. (In
Nos.)
Unit Price with3 Year
Warranty (In Rs. Without
tax)
Rate for Additional 2 Year Warranty (In Rs. Without
tax)
Total Price with 5 Year Warranty (In Rs. Without
tax)
Rate of VAT / Service Tax (%)
A B C D E F = C*(D+E) G
1 47” or above LED (Diagonally) for 3 x 3 Matrix ‐ HD Video Wall
9
2 Wall Mounting Kit for 3 x 3 Video Wall with Standing Metal Wall
1
3 Remote Sensing Device for controlling of Video Wall
1
4 Video Wall Digital Controller 1
5 Video Wall Engine 1
6 Application Software ‐ GUI Interface
1
7 Speakers 5
8 Power Amplifier 1
9 Input / Output Switcher 1
10 HDMI Matrix Control Switcher 1
11 Digital Video Scalar 1
12 Video Data Flipper 1
13 Supervisory Suite and Server 1
14 Tran receiver (In Lot) 1
15 24 Port Switch 1
16 Distribution Amplifier 1
17 Connectors / Cables and Accessories (in Lot)
1
18 Rack 1
19 HD Graphics peripheral Card 4
20 Installation & Commissioning Cost
1
GRAND TOTAL
Note: L1 will be the lowest sum total of rates of all line items without tax with 5 years (3 years + 2 Years)
warranty. Successful Vendor will have to supply/provide goods with an Invoice from a place located within
State of Gujarat.
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
22 of 27
SECTION VI
Bid Processing Fees & Earnest Money Deposit Details
Sr. No. Item Amount (In Rs.) Name of the Bank &
Branch Demand Draft No.
1 Bid Processing Fees
2 Earnest Money Deposit (E.M.D.)
ELIGIBILITY CRITERIA
Form No. E1: Financial strength of the bidder
Financial Year Turnover (Rs. In Crores) Audited Accounts uploaded? (Yes/No)
2011‐12
2012‐13
2013‐14
Grand Total
Note: Please fill this form and upload the Audited Annual Accounts / Balance Sheet along with Profit & Loss Account for the last three financial years.
Form No. E2: Office in GUJARAT
Sr. No. Address Contact Person Contact Nos. Type of supporting document attached
1
2
Note: You may mention more than one office (if applicable) by adding multiple rows which may be added by “NUMBER OF ROWS TO ADD”.
Form No. E3: Experience Details (Customer References)
Note: Please fill this form and submit the supporting documents for each customer reference. Failing the same may lead to the rejection of the bid. You may add the customer references by adding multiple rows.
Form No. E4: Authorization Letters
Item Make & Model Name of OEM Authorization letter Submitted? (Yes/No)
3 x 3 Matrix of 47” or above LED (Diagonally)
Video Wall Engine
Sr. No.
Name of the Organization
Contact Person
Contact telephone no. &
Address
Date/Period of implementation
No. of Video Wall Installed
Type of Supporting Document attached
1
2
.
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
23 of 27
Make & Model List
Sr. No. Item Qty Make & Model Supporting Document
Submitted (Yes/No)
1 47” or above LED (Diagonally) for 3 x 3 Matrix ‐ HD Video Wall
9
2 Wall Mounting Kit for 3 x 3 Video Wall with Standing Metal Wall
1
3 Remote Sensing Device for controlling of Video Wall
1
4 Video Wall Digital Controller 1
5 Video Wall Engine 1
6 Application Software ‐ GUI Interface 1
7 Speakers 5
8 Power Amplifier 1
9 Input / Output Switcher 1
10 HDMI Matrix Control Switcher 1
11 Digital Video Scalar 1
12 Video Data Flipper 1
13 Supervisory Suite and Server 1
14 Tran receiver 1
15 24 Port Switch 1
16 Distribution Amplifier 1
17 Connectors / Cables and Accessories (in Lot) 1
18 Rack 1
19 HD Graphics peripheral Card 4
Note: You may quote only one option against any item.
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
24 of 27
Performa of Compliance letter/Authenticity of Information Provided
(On Non judicial Stamp paper of Rs. 100/‐ duly attested by the First class Magistrate/Notary Public) Date: To, DGM (Tech.) Gujarat Informatics Ltd. Block‐1, 8th Floor, Udyog Bhavan, Gandhinagar Sub: Compliance with the tender terms and conditions, specifications and Eligibility Criteria
Ref: Tender no. HWT040415274 Dear Sir, With reference to above referred tender, I, undersigned <<Name of Signatory>>, in the capacity of <<Designation of Signatory>>, is authorized to give the undertaking on behalf of <<Name of the bidder>>. We wish to inform you that we have read and understood the technical specification and total requirement of the above mentioned bid submitted by us on DD.MM.YYYY. We hereby confirm that all our quoted items meet or exceed the requirement and are absolutely compliant with specifications mentioned in the bid document. We also explicitly understand that all quoted items meet technical specification of the bid & that such technical specification overrides the brochures/standard literature if the same contradicts or is absent in brochures. In case of breach of any tender terms and conditions or deviation from bid specification other than already specified as mentioned above, the decision of GIL Tender Committee for disqualification will be accepted by us. The Information provided in our submitted bid is correct. In case any information provided by us are found to be false or incorrect, you have right to reject our bid at any stage including forfeiture of our EMD/ PBG/cancel the award of contract. In this event, GIL reserves the right to take legal action on us. Thanking you,
Dated this _________ day of____________YYYY Signature: ______________________________ (In the Capacity of) :______________________ Duly authorized to sign bid for and on behalf of _______________________________________ Note: This form should be signed by authorized signatory of bidder
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
25 of 27
Performa of Contract‐cum‐Equipment Performance Bank Guarantee
(To be stamped in accordance with Stamp Act) Ref: Bank Guarantee No. Date: To Name & Address of the Purchaser/Indenter ____________________________ ____________________________ Dear Sir, In consideration of Name & Address of the Purchaser/Indenter, Government of Gujarat, Gandhinagar (hereinafter referred to as the OWNER/PURCHASER which expression shall unless repugnant to the context or meaning thereof include successors, administrators and assigns) having awarded to M/s. ……………………………………………………………………………………………………………… having Principal Office at …………………………………………………………………… (Hereinafter referred to as the “SELLER” which expression shall unless repugnant to the context or meaning thereof include their respective successors, administrators, executors and assigns) the supply of ____________________by issue of Purchase Order No………………. Dated ………… issued by <<GoG Department>> for and on behalf of the OWNER/PURCHASER and the same having been accepted by the SELLER resulting into CONTRACT for supplies of materials/equipments as mentioned in the said purchase order and the SELLER having agreed to provide a Contract Performance and Warranty Guarantee for faithful performance of the aforementioned contract and warranty quality to the OWNER/PURCHASER, __________________________________having Head Office at (hereinafter referred to as the ‘Bank’ which expressly shall, unless repugnant to the context or meaning thereof include successors, administrators, executors and assigns) do hereby guarantee to undertake to pay the sum of Rs._______________(Rupees________________________) to the OWNER/PURCHASER on demand at any time up to________________ without a reference to the SELLER. Any such demand made by the OWNER/PURCHASER on the Bank shall be conclusive and binding notwithstanding any difference between Tribunals, Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the OWNER/PURCHASER and further agrees that the guarantee herein contained shall continue to be enforceable till the OWNER/PURCHASER discharges this guarantee. OWNER/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 by the SELLER of the aforementioned CONTRACT. The OWNER/ PURCHASER shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the SELLER, and to exercise the same at any time in any manner, and either to enforce to forebear to enforce any covenants contained or implied, in the aforementioned CONTRACT between the OWNER/PURCHASER and the SELLER or any other course of or remedy or security available to the OWNER/PURCHASER. The Bank shall not be released of its obligations under these presents by any exercise by the OWNER/PURCHAER of its liability with reference to the matters aforesaid or any of them or by reason or any other acts of omission or commission on the part of the OWNER/PURCHASER or any other indulgence shown by the OWNER/PURCHASER or by any other matter or things.
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
26 of 27
The Bank also agree that the OWNER/PUCHASER at its option shall be entitled to enforce this Guarantee against the Bank as a Principal Debtor, in the first instance without proceeding against the SELLER and not withstanding any security or other guarantee that the OWNER/PURCHASER may have in relation to the Seller’s liabilities. Notwithstanding anything contained herein above our liability under this Guarantee is restricted to Rs. _________________ (Rupees _________________________) and it shall remain in force up to and including ________________ and shall be extended from time to time for such period as may be desired by the SELLER on whose behalf this guarantee has been given. Dated at _______________ on this _________ day of ___________YYYY. _____________________ Signed and delivered by _____________________ For & on Behalf of Name of the Bank & Branch & Its official Address List of approved Banks (Any Nationalized Bank including the public sector bank or Private Sector Banks authorized by RBI or Commercial Bank or Regional Rural Banks of Gujarat or Co‐Operative Bank of Gujarat (operating in India having branch at Ahmedabad/ Gandhinagar) as per the as per the G.R. no. EMD/10/2013/655/DMO dated 31.03.2014 issued by Finance Department or further instruction issued by Finance department time to time.
GUJARAT INFORMATICS LIMITED BLOCK NO. 1, 8TH FLOOR, UDYOG BHAVAN, SECTOR‐11, GANDHINAGAR
27 of 27
CONTRACT FORM
THIS AGREEMENT made the __________ day of ____________________, YYYY ____ Between _______________________ (Name of purchaser) of _________________________________ (Country of Purchaser) hereinafter “the Purchaser” of the one part and ____________________________________ (Name of Supplier) of ___________________________ (City and Country of Supplier) hereinafter called “the Supplier” of the other part : WHEREAS the Purchaser is desirous that certain Goods and ancillary services viz., __________________________________________________________________________________ (Brief Description of Goods and Services) and has accepted a bid by the Supplier for the supply of those goods and services in the sum of __________________________________________________ (Contract Price in Words and Figures) hereinafter called “the Contract Price in Words and Figures” hereinafter called “the Contract Price.” NOW THIS AGREEMENT WITHNESSETH AS FOLLOWS:
1 In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.
2 The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:
2.1 the Bid Form and the Price Schedule submitted by the Bidder;
2.2 terms and conditions of the bid
2.3 the Purchaser’s Notification of Award
3 In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants
4 With the Purchaser to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract.
5 The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
6 Particulars of the goods and services which shall be supplied / provided by the Supplier are as enlisted in the enclosed annexure:
TOTAL VALUE: DELIVERY SCHEDULE: IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written. Signed, Sealed and Delivered by the
Said __________________________________ (For the Purchaser)
In the presence of ________________________
Signed, Sealed and Delivered by the
Said __________________________________ (For the Supplier)
In the presence of _______________________