limited tender inquiry6 cwc reserves the right to call for the above-mentioned documents, of...

53
1 CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) WAREHOUSING BHAWAN’, 4/1 Siri Institutional Area, Hauz Khas, August Kranti Marg, New Delhi-110016 Email: [email protected], Tel:26602576 / 26566107, Telefax: 26602576 LIMITED TENDER INQUIRY Central Warehousing Corporation invites Limited Bid through e- tendering for supply, installation, testing, commissioning and maintenance of CCTV surveillance system at 254 (Two hundred and fifty four) warehouses of Central Warehousing Corporation, Corporate Office, 4/1 Siri Institutional Area, Hauz Khas, August Kranti Marg, New Delhi-110016 from CPSUs listed below:- 1. M/s Broadcasting Engineering Consultants India Ltd., New Delhi. 2. M/s Electronics Corporation of India Ltd., New Delhi 3. M/s Bharat Electronics Limited, Bangalore. 4. M/s ITI Ltd. New Delhi. 5. M/s Telecommunications Consultants India Ltd., New Delhi. 6. M/s Central Electronics Ltd., Sahibabad, UP.

Upload: others

Post on 25-Apr-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

1

CENTRAL WAREHOUSING CORPORATION

(A GOVT. OF INDIA UNDERTAKING)

‘WAREHOUSING BHAWAN’, 4/1 Siri Institutional Area, Hauz Khas, August Kranti Marg, New Delhi-110016

Email: [email protected], Tel:26602576 / 26566107, Telefax: 26602576

LIMITED TENDER INQUIRY

Central Warehousing Corporation invites Limited Bid through e-tendering for supply, installation, testing, commissioning and maintenance of CCTV surveillance system at 254 (Two hundred and fifty four) warehouses of Central Warehousing Corporation, Corporate Office, 4/1 Siri Institutional Area, Hauz Khas, August Kranti Marg, New Delhi-110016 from CPSUs listed below:-

1. M/s Broadcasting Engineering Consultants India Ltd., New Delhi.

2. M/s Electronics Corporation of India Ltd., New Delhi

3. M/s Bharat Electronics Limited, Bangalore.

4. M/s ITI Ltd. New Delhi.

5. M/s Telecommunications Consultants India Ltd., New Delhi.

6. M/s Central Electronics Ltd., Sahibabad, UP.

Page 2: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

2

DISCLAIMER

Central Warehousing Corporation (CWC) intends to invite tender for supply, installation, testing, commissioning and maintenance of CCTV surveillance system at 254 warehouses of Central Warehousing Corporation, New Delhi spread across pan India.

This document has been prepared on the basis of available information in CORPORATION and other publicly available documents which CORPORATION believes to be reliable. The sole objective of this Bid document is to solicit Techno commercial offers from interested parties. While this document has been prepared in good faith, no representation or warranty, express or implied, is or will be made, and no responsibility or liability will be accepted by CORPORATION or any of their employees, advisors or agents as to or in relation to the accuracy or completeness of this document and any liability thereof is hereby expressly disclaimed. Interested Parties may carry out their own study/ analysis/ investigation as required before submitting their Techno commercial proposals.

This document does not constitute an offer or invitation, or solicitation of an offer, nor does this document or anything contained herein, shall form a basis of any contract or commitment whatsoever. The Corporation may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this Bid document. By downloading the document, the interested party is subjected to the confidentiality clauses.

Page 3: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

3

Index

Sr. No.

Name of the Content

Page No. From TO

1 Notice Inviting Tender 4 8

2 Section–I General Instructions , Terms and Conditions

9 16

3. Section –II Terms and Conditions Governing The Contract

17 24

4. Section -III Scope Of Work

25 27

5. 5.1

5.2

5.3

5.4

5.5

5.6

5.7

5.8

Section –IV Technical Bid (Annexure –I)

Pro-forma for Price Bid (Annexure –II)

Pro-forma for Agreement ( Annexure –III)

Pro-forma for Performance Bank Guarantee (Annexure-IV)

Pre –Contract Integrity pact(Annexure-V) Undertaking for unconditional acceptance of terms and conditions of the tender document (Annexure-VI) Completion & Satisfactory Report Certificate(Annexure-VII)

List of warehouses(Annexure-VIII)

28

32 33 34 36 43 45 46

31

32

33

35

42 44 45 53

Page 4: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

4

Limited Tender Notice

Bid Notification No.: CWC/ MIS-CCTV /CPSU/2016-17 “THROUGH LIMITED TENDER PROCESS”

1.0 Central Warehousing Corporation invites Limited Bid enquiries from six CPSUs

listed at point No. 2.0 on page No.6, through e-tender for supply, installation, testing, commissioning and maintenance of CCTV surveillance system at at 254 (Two hundred and fifty four) warehouses of Central Warehousing Corporation, across pan India. The tabular details as below:

Sr. No.

Item Details

1 Tender Reference Number & date

CWC/MIS-CCTV/CPSU(2)/2016-17 Dated

2 Tender Processing Fee(online payment)

Rs.2300/-(including taxes)

3 Scope of work Limited tender notice for supply, installation, testing, commissioning and maintenance of CCTV surveillance system at 254 warehouses of Central Warehousing Corporation, New Delhi as detailed in Section –III.

4 Tender Type Limited and through e-tendering

5 Website address from where Tender can be downloaded

www.tenderwizard.com/CWC, www.cewacor.nic.in, www.eprocure.gov.in

6 Nature of bid process

Two Stage bidding process: Online submission through e-tendering system of Corporation at the website - www.tenderwizard.com/CWC

7 Performa for online submission of technical bid

Please see Annexure-I of tender document

8 Performa for online submission of financial bid

Please see Annexure-II of tender document

9 Start date for Downloading of Tender

24-10-2017

Page 5: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

5

a) Technical Bid:

Following documents to be submitted together with Technical bid:

i. Authorization letter in favour of the officer signing the bid declaring him/her as Authorized Signatory

ii. Compliance of Technical specifications i.e. Annexure–I duly signed by authorized signatory.

iii. Pre-contract Integrity pact (Annexure-V) iv. Undertaking for Unconditional Acceptance of Terms & Conditions of

the Tender Document as per Annexure-VI duly signed by the authorized signatory

v. Percentage of Local content of goods & services

b) Price bid as per Annexure-II should be submitted online as Price bid for supply, installation, testing, commissioning and maintenance of CCTV surveillance system at 254 warehouses of Central Warehousing Corporation New Delhi. Price quoted should be inclusive of all taxes except GST. GST shall be payable as applicable at the time of billing. Based on the rate contract entered into by the Corporate Office, CWC with the tenderer, respective Regional Offices, CWC shall place the purchase order at the rates agreed for their warehouses and the bill is to be raised on them mentioning their Registration number. The payment shall be released by the respective Regional Office.

10 Start date for online Bid Submission

24-10-2017

11 Last date for Downloading of Tender

13-11-2017(up to 2.55 p.m.)

12 Last date for online Bid Submission

13-11-2017(up to 3.00 p.m.)

13 Opening of online Technical bid

13-11-2017(3.30 p.m.)

14 Bid validity period

120 days from the bid opening date

15 Address for correspondence

General Manager (System), ‘WAREHOUSING BHAWAN’, Central Warehousing Corporation,4/1 Siri Institutional Area, August Kranti Marg, Hauz Khas, New Delhi-110 016 Email ID: [email protected]

Page 6: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

6

CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any with respect to price bid.

2.0 List of CPSUs:

i. M/s Broadcasting Engineering Consultants India Ltd., New Delhi.

ii. M/s Electronics Corporation of India Ltd., New Delhi

iii. M/s Bharat Electronics Limited, Bangalore.

iv. M/s ITI Ltd. New Delhi.

v. M/s Telecommunications Consultants India Ltd., New Delhi

vi. M/s Central Electronics Ltd., Sahibabad, UP.

3.0 Brief Scope of Work: Supply, installation, testing, commissioning and maintenance of CCTV surveillance system at 254 (Two hundred and fifty four) warehouses of Central Warehousing Corporation, New Delhi as per the technical specifications mentioned herein. However, the number of CCTVs to be installed may be increased/ decreased at the discretion of the CWC at its other locations also. Please refer section–III of the tender for detailed scope of work

4.0 E-procurement 4.1 This Bids are being processed through e-tendering/ e- procurement

system. The Bid documents are to be downloaded, filled & uploaded through e-tendering system of Corporation at the website www.tenderwizard.com/CWC. If any Bidder wishes to participate in the Corporation tenders, Bidder has to register their firm once with annual registration fee in our website www.tenderwizard.com/CWC for online e-Tendering in consultation with our service provider M/s K.S.E.D.C. Limited.

4.2 The Bidder has to register (if not registered earlier) by clicking on the REGISTER ME link on the website www.tenderwizard.com/CWC with a non-refundable annual registration fee of Rs.5750/- (Rupees Five thousand seven hundred fifty only) including service taxes to be paid online through e-payment/ NEFT mode after obtaining digital

Page 7: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

7

signature to participate in e-tendering/e-procurement system. For any assistance please contact Helpdesk. The detailed procedure for the registration is as under:

i. Go to the url:-www.tenderwizard.in/CWC ii. Clicking on the REGISTER ME link iii. In the Vendor Registration form, vendor has to fill up the

applicant details, digital signature information. iv. After making the requisite payments through e-payment

towards registration fee the form is to be submitted. v. The User-id and Password are Acknowledgement. vi. The User-id and password would be Activated by M/S K.S.E.D.C

Limited, only after receipt of the e-payment towards the registration Fee.

vii. Tender Processing Fee of Rs.2300/- (Rupees Two Thousand and three hundred only) [Non-refundable] for each tender is to be paid online before the date and time set for closing. Those bidders who failed to submit the tender processing fee online to M/S KSEDC Limited, their bid would not made available by the system and shall not be considered during the opening of the tender.

viii. The tender processing fee and registration fee to be paid through-payment gateway of www.tenderwizard.com/CWC

4.3 Digital Signature: The Bidder shall require class-III Digital Signature/ Digital Security Certificate for participating in Corporation e-tendering process (for login, downloading & uploading of Bid documents or for submitting the e-Bid documents). Digital Signature can be obtained from any of the authorized agencies of CCA (Controller of Certifying Authorities). For this a separate processing fee would be payable to the authorized agency of CCA. In case bidder is having valid class-III Digital signature Certificate, the same can be used for online bidding.

4.4 All the bidders are requested to get themselves registered well in

advance and no extra time will be considered for the delay in on-line Vendor Registration, if any. In case bidders wait till the last moment for uploading tenders, and if any technical problem is encountered at that time, the Bid closing time may elapse.

4.5 For any clarification about e-tendering procedures are Mr. Shibu Yadvender- Mobile No. 08800115946 or Mr. Rakesh Jha -Mobile No. 09560095924 may be contacted.

Page 8: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

8

5.0 The Bidder is also advised to keep visiting the websites as mentioned below for any Notification from Corporation regarding the tender including corrigendum, addendum etc.

i. www.cewacor.nic.in ii. www.tenderwizard.com/CWC iii. www.eprocure.gov.in

The corrigendum, addendum shall only be on the above websites

6.0 Corporation reserves the right to cancel/withdraw the NIT without assigning any

reason and shall bear no liability whatsoever consequent upon such a decision. 7.0 The Technical bid will be opened through e-tendering on-line system of CWC on

the date and time as mentioned at Sl. No. 1.0 above in MIS Division, CWC, CO, New Delhi -110016 in the presence of bidder’s representatives who wish to be present at their own cost. The Financial Bid shall be opened through e-tendering on-line system of CWC, in presence of bidder's representatives who wish to be present at their own cost at the above mentioned address/venue on a subsequent date for which the separate intimation will be given to only technically qualified bidders.

7.1 In case the day for opening of Technical Bid & Financial Bid becomes

holiday, the Tenders will be opened at the same specified time on next working day. Further, in case of any change of venue, date & time, the same will be intimated/uploaded on website separately. Bidder shall submit the Bid in accordance with clause no. 10.1 of Section-I of Bid Document.

7.2 Corporation reserves the right to extend the last date and time for bid submission.

8.0 All information supplied by Bidder shall be treated as contractually binding on

the bidders. On successful award of the assignment by Corporation, the same information shall be the basis of the contract. The numbers of locations shown in the scope of the work in the bid notice are approximate and can be revised as per requirement.

General Manager (System) Central Warehousing Corporation

‘WAREHOUSING BHAWAN’ 4/1 Siri Institutional Area

August Kranti Marg Hauz Khas,

New Delhi-110 016 Tel: 26602576 / 26566107, Telefax: 26602576

E-mail: [email protected]

Page 9: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

9

Section–I

GENERAL INSTRUCTIONS, TERMS AND CONDITIONS 1. COMPANY PROFILE

Central Warehousing Corporation, a premier Warehousing Agency in India, established during 1957 providing logistics support to the agricultural sector, is one of the biggest public warehouse operators in the country offering logistics services to a diverse group of client. Corporation is operating 440 Warehouses across the country with a storage capacity of 11.8 million tones providing warehousing services for a wide range of products ranging from agricultural produce to sophisticated industrial products. Warehousing activities of Corporation include food grain warehouses, industrial warehousing, custom bonded warehouses, container freight stations, inland clearance depots and air cargo complexes. Apart from storage and handling, Corporation also offers services in the area of clearing & forwarding, handling & transportations, procurement & distribution, disinfestations services, fumigation services and other ancillary activities.

2. PLACE OF WORK

CCTV Surveillance system to be installed at the warehouses of Central Warehousing Corporation, New Delhi as per list of warehouses given at Annexure-VIII.

3. SCOPE OF WORK

i. The details of scope of the work and services to be rendered are furnished under Section-III.

ii. The Bidder has to quote item rates for all work as per Section-IV Annexure- II. The scope of the proposal shall be on the basis of a single Bidder's responsibility, completely covering all the works as specified under the scope of work mentioned in the Bid Documents. If the bidder has quoted any item as Zero or NA or inclusive, it will be presumed that the total cost is inclusive of the items

iii. Bids not covering the entire Scope of Work shall be treated as incomplete and shall be rejected

4. CONTRACT PERIOD: The entire CCTV System shall be under comprehensive onsite warranty for a period of one year from the date of successful commissioning of CCTV surveillance system. Further the CCTV System shall be under

Page 10: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

10

comprehensive onsite Annual Maintenance Contract (AMC) for a period of four years commencing from the date of completion of warranty period.

5. DUE DILIGENCE

The Bidder is expected to examine all instructions, forms, terms, conditions and specifications of this Bid document. Bid shall be deemed to have been made after careful study and examination of this document with full understanding of its implications. The Bid should be precise, complete and strictly in the prescribed format as per the requirement of this tender. Failure to furnish all information required by this tender document or submission of a Bid not as per this document will be at the bidder’s risk and may result in rejection of the Bid and the decision of the Corporation in this regard will be final, conclusive and binding. 6. If CPSU happens to be Micro Small Scale Units registered with NSIC/KVIC/DIC/Khadi & Village Industries Commission/Coir Board/Directorate of Handicrafts & Handloom or any other body specified by Ministry of MSME, Govt. of India, all benefits/preferential treatment will be extended to such CPSU as per the Gazette Notification No.581E dated 23.3.2012 of the Ministry of MSME. However, to avail such benefit/preferential treatment, the MSE must also indicate the terminal validity date of their registration and the benefits to MSEs shall be available only for goods and services produced and provided by MSEs for which they are registered. Incase MSE does not fulfil the criteria, as mentioned above, or any other criteria as per Notification No.581E dated 23.3.2012, their offer will not be liable for consideration of benefits/preferential treatment.

7. AUTHORIZED SIGNATORY 7.1 Persons digitally signing the tender shall state as to in what capacity

he/she or they is / are signing the tender e.g. as a Secretary/Manager/Director etc., of a Central Public Centre Unit. Bid should be signed by authorized officer of the organization.

7.2 The bidders shall authorize a person(s) who will be responsible for the management and control of the work relating to the contract during the tenure of the contract. The person so authorized shall be deemed to have power of attorney from the bidders in respect of the contract and whose act shall be binding on the bidders.

8. PERFOMANCE BANK GUARANTEE

8.1 The successful Bidder shall have to submit a performance bank

guarantee as per Annexure-IV for a sum equivalent to 15% of the contact value from any Scheduled Bank. This will be submitted within

Page 11: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

11

two weeks of issue of award of contract by the Corporation and shall remain valid for a period of sixty days after the expiry of the contract period.

8.2 All incidental charges whatsoever such as premium; commission etc.

with respect to the performance bank guarantee shall be borne by the bidder. If the project implementation period is delayed, the PBG shall be extended by the bidder for such additional duration. The performance bank guarantee may be discharged/ returned by CENTRAL WAREHOUSING CORPORATION upon being satisfied that there has been due performance of the obligations of the bidder under the agreement. However, no interest shall be payable on the performance bank guarantee.

8.3 In the event of the bidder being unable to service the agreement for

whatever reason, CENTRAL WAREHOUSING CORPORATION would invoke the Performance Bank Guarantee. Notwithstanding and without prejudice to any rights whatsoever of CENTRAL WAREHOUSING CORPORATION under the agreement in the matter, the proceeds of the PBG shall be payable to CENTRAL WAREHOUSING CORPORATION as compensation for any loss resulting from the bidder’s failure to perform/comply its obligations under the agreement. CENTRAL WAREHOUSING CORPORATION shall notify the bidder in writing of the exercise of its right to receive such compensation within seven (07) days, indicating the contractual obligation(s) for which the bidder is in default.

8.4 The Performance Bank Guarantee would be invoked by the Corporation

under the following conditions:-

i) The Bidder fails to conform to the terms and conditions of the tender document to the complete satisfaction of the Corporation.

ii) The Bidder fails to maintain strict confidentiality of all the documents, information, data coming in possession of the Bidder as a result of awarding the contract and also any oral, written or other information disclosed for evaluation or for any other purposes.

9. AMENDMENTS OF TENDERDING DOCUMENTS

9.1 At any time prior to the deadline for submission of tenders, the

Corporation may, for any reason, whether at its own initiative, or in response to a clarification requested by a prospective bidder, issue amendments /addendums /corrigendum / clarifications to the bidding documents.

Page 12: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

12

9.2 The amendments / addendums / corrigendum / clarifications to the bidding documents will be notified through email and will be binding on them.

9.3 In order to afford prospective bidders, reasonable time to take the

amendment / addendums / corrigendum / clarifications into account in preparing their tender, the CWC may, at its discretion, extend the deadline for the submission of tenders.

10. CLARIFICATION ON TENDER DOCUMENTS AND SPECIFICATIONS

The Bidder is required to carefully examine the specifications and documents and fully inform himself as to all the conditions and matters which may in any way affect the performance of the Contract or the cost thereof. If any Bidder finds discrepancies or omissions in the specifications and documents or is in doubt as to the true meaning of any part, he shall request in writing for an interpretation / clarification to the Corporation within seven (7) days of publishing of tender. The Corporation then will issue interpretation or clarification, if required, as it may think fit in writing. After receipt of such interpretations and clarifications the Bidder may submit his Bid but within the time and date as specified in the Invitation to Bid/ NIT. All such interpretations and clarifications shall form a part of the specifications and documents and accompany the Bidder's proposal.

11. BIDDING PROCESS

11.1 Bid Submission

a) Bidders are advised to study the Bid Document carefully. Submission of the Bid will be deemed to have been done after careful study and examination of all instructions, terms and requirement specifications in the tender document with full understanding of its implications. Bids not complying with all the given clauses in this tender document are liable to be rejected. Failure to furnish all information required in the tender Document or submission of a bid not substantially responsive to the tender document in all respects will be at the bidder’s risk and may result in the rejection of the bid.

b) The Bidder must submit the Bid only through e-Tendering- Websitewww.tenderwizard.com/CWC. The documents mentioned under clause No. 7 of Section –I are to be uploaded through Corporation e-Tendering website www.tenderwizard.com/CWC.

12. MODIFICATION AND WITHDRAWAL OF BIDS

Bids once submitted should not be modified. However in exceptional cases where

Page 13: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

13

modification is inevitable, the following procedure for the same should be adopted:-

12.1 Bidder shall be allowed to submit the modified Bid before or up to Bid submission date and time only.

12.2 A Bidder wishing to withdraw its Bid shall notify the Corporation in

writing prior to the deadline prescribed for Bid submission. The withdrawal notice shall be forwarded to the Corporation at email id [email protected] and bear the Contract name, and the words “BIDWITHDRAWAL NOTICE.” Bid withdrawal notices received after the Bid submission deadline will be ignored and the submitted Bid will be deemed to be a validly submitted tender.

12.3 No Bid can be withdrawn or modified in the interval between the Bid

submission deadline and the expiration of the Bid validity period specified in Bid documents. Withdrawal or modification of a Bid during this interval shall result in Bidder’s black listing for three years. The decision of the Managing Director shall be final & bidding in this regard.

13. BID OPENING AND EVALUATION

13.1 The Corporation will open Bid through e-tendering on-line system of

CWC, the technical bid , in the presence of Bidder’s representatives who choose to attend the opening at the time, on the date and at the place specified in the NIT at their own cost. Bidder’s representatives shall sign a register as a proof of their attendance. In the event of the specified date for the opening of tenders being declared holiday for the CWC, the Tenders will be opened at appointed time on the next working day.

13.2 Prior to the detailed evaluation, the Corporation will determine whether

each Bid is prima facie complete and is substantially responsive to the bidding documents. For purposes of this determination, a substantially responsive Bid is one that conforms to all the terms, conditions and specifications of the bidding documents without any deviations, conditionality and reservations.

13.3 The Corporation will examine the bids to determine whether they are

complete and meet the Eligibility criteria as per clause 7 of Section-I. 13.4 In particular, Bids with deviations from, objections to or reservations on

provision such as those concerning Bid Security / EMD, Bid Validity, Work Completion Period, Contract, warranty, Governing Laws, Taxes and duties, Response Time, Payment Terms, Firm Price, as well as

Page 14: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

14

provisions specified in the bid documents, if any, that the Bidder is not prepared to withdraw will be treated as non-responsive.

13.5 The Financial Bid part of technically responsive bidder shall be opened

through Corporation e-tendering system, on the date, time and place, which will be communicated to the bidders. The bidders may send their representatives to attend the opening of Financial Bid if they intend to do so.

13.7 Rebates (discounts) offered, in any form other than on price schedule of

Bid proposal of Bid document or on the forwarding letter shall not be taken cognizance of under any circumstances.

13.8 Prior to the detailed evaluation, the Corporation will determine whether each Bid is prima facie complete and is substantially responsive to the bidding documents. For purposes of this determination, a substantially responsive Bid is one that conforms to all the terms, conditions and specifications of the bidding documents without any deviations, conditionality and reservations except sl. no. 3 of note of price bid (Annexure II) .

13.9 Public Procurement (Preference to Make in India), Order 2017

As per Public Procurement (Preference to Make in India), Order 2017 dated 15th June, 2017 for procurement of goods & services where the bid is evaluated on price alone, the following shall be followed:

i) Among all qualified bids, the lowest bid will be termed as L1. If L1 is from a local supplier, the contract will be awarded to L1.

ii) If L1 is not from a local supplier, the lowest bidder among the local suppliers, will be invited to match the L1 price subject to local; supplier’s quoted price failing within the margin of purchase preference, and the contract shall be awarded to such local supplier subject to matching the L1 price.

iii) In case such lowest eligible local supplier fails to match the L1 price, the local supplier with the next higher bid within the margin of purchase preference shall be invited to match the L1 price and so on and contract shall be awarded accordingly. In case none of the local suppliers within the margin of purchase preference matches the L1 price, then the contract may be awarded to the L1 bidder.

Here the: ‘Local supplier’ means “a supplier or eservice provider whose product or service offered for procurement meets the minimum local content as

Page 15: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

15

prescribed under this order or by competent Ministries / Departments in pursuance of this order.” ‘Local Content’ means “the amount of value added in India which shall unless otherwise prescribed by the Nodal Ministry, be the total value of the item procured (excluding net domestic indirect taxes) minus the value of imported content in the item (including all custom duties) as a proportion of the total value, in percent.” Minimum local content: The minimum local content shall ordinarily be 50%. Margin of purchase preference: The margin of purchase preference shall be 20%.

13.10 Bids with any deviations, objections to or reservations on provision of

terms and conditions of tender will be treated as non-responsive. 14. CORRECTION OF ERRORS

14.1 The errors/discrepancies in respect of the specified amount in Bid Proposal Sheets for an individual item and/or sub-item and/or in the sub-total of a Bid Proposal Sheet and/or in the Grand total of a Bid Proposal Sheet, either due to discrepancy between figures and words and/or simple arithmetical error while adding and/or multiplying and/or due to wrong extension of unit rates etc. the error will be rectified and computed by the Corporation as per the following method: a.) In case of discrepancy between figures and words the value

specified in the words will be considered for computation. b.) In case unit rates are not indicated in words then unit rates

indicated in figures will be considered and will be used for deriving out the amount from the quantities specified in the Bid documents.

c.) The items for which Bidder does not quote the price i.e.

indicated as ’Nil’, leaves the rate/amount columns blank, puts a (-) mark or indicates ‘NA’ etc. in the rate/amount column; cost of that item shall be considered as “inclusive” for Bid evaluation for such items.

15. ACCEPTANCE OF BIDS

15.1 The General Manger (System)for and on behalf of the Corporation

reserves the right to reject any or all the bids, without assigning any reasons thereof and does not bind himself to accept the lowest or any

Page 16: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

16

other tender. When a Bid is accepted, the successful Bidder will be advised for the acceptance of his Bid by a letter as formal ‘Acceptance of bid’.

15.2 The Corporation reserves the right to award the work for all items of

schedule or anyone/few of them by dropping the rest of items of schedule of operations for which rates are called for herein. The decision of the General Manager (System), Central Warehousing Corporation, Corporate Office, New Delhi, shall be final and binding on the bidder.

16. VALIDITY OF THE BID

16.1 The Bid should be kept valid for a period of 120 days from the date set for opening of Technical Tenders.

16.2 The Bid valid for a period shorter than specified period shall be

rejected. 16.3 In exceptional circumstances, prior to expiry of the original Bid validity

period, Corporation may request the Bidder for a specified extension in the period of validity. A Bidder agreeing to the request will neither be required nor permitted to modify his tender

17. GENERAL MANAGER’S DECISION

17.1 In respect of all matters which are left to the decision of the General Manger(System), the General Manger(System) shall, if required to do so by the bidder, give in writing a decision thereon.

17.2 If, in the opinion of the Bidder, a decision made by the General

Manager (System) is not in accordance with the meaning and intent of the Contract, the Bidders may file with the General Manager (System) within seven (7) days after receipt of decision, a written objection to the decision. Failure to file an objection within the allotted time will be considered as an acceptance of the General Manager (System) decision and the decision shall become final and binding.

General Manager (System)

Page 17: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

17

Section –II

TERMS AND CONDITIONS GOVERNING THE CONTRACT 1. DEFINITIONS

(i) Supply, installation, testing & commissioning of CCTV surveillance system shall mean the supply, installation, testing & commissioning of CCTV surveillance system as per Corporation requirement and complete in all respect.

(ii) The term ‘CONTRACT’ shall mean and include the invitation to Bid, incorporating also the instructions to bidders, the Bid, its Annexures, appendices and schedules, acceptance of Bid and such general and special conditions as may be added to it.

(iii) Contractor / Supplier / Bidder/ Vendor shall mean the Bidder whose Bid will be accepted by the CWC for the award of the Works and shall include such successful Bidder’s legal representatives, successors and permitted assigns.

(iv) The term ‘CORPORATION’ or ‘CENTRAL WAREHOUSING CORPORATION’

wherever occurs shall mean the CENTRAL WAREHOUSING CORPORATION established under WAREHOUSING CORPORATION ACT 1962 and shall include its administrators, successors and assigns. It will also be called CWC.

(v) ‘MANAGING DIRECTOR’ shall mean the Managing Director of Central

Warehousing Corporation.

(vi) ‘SERVICES’ shall mean the performance of any of the items of work enumerated in schedule of services including such auxiliary, additional and incidental duties, services and operations as may be indicated by the General Manager (System), Central Warehousing Corporation, Corporate Office, New Delhi or any person authorized by him on his/Corporation behalf.

2. Commissioning of CCTV Surveillance System

The bidder shall complete the work including training within 8 (eight) months from the date of signing of the agreement.

3. WARRANTY The successful bidder shall provide a comprehensive onsite warranty for duration of one year for the material supplied & installed from date of commissioning.

Page 18: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

18

4. EXTENSION

On completion of one year warranty period and four year AMC period, CWC shall be free either to continue with the tenderer by extending the arrangements for another one year or to part ways with the bidder after giving three month advance notice and engage another agency as may be decided by it. The payment for the extension period shall be released as 8% of total cost for the pro-rata provided for which AMC is extended and other terms and conditions shall remain same.

5. PAYMENT TERMS

5.1 The payment shall be made as per following schedule:

Sl. No.

Activity Payment to be released

Documents to be submitted by the bidder

1 Supply, Installation and commissioning

60% of total cost Submission of bill along with Completion report (Annexure-VII) of work, issued by Warehouse Manager.

2 On completion of 1st year 8% of total cost Submission of certificate of successful operation during the time period issued by Warehouse Manager.

3 On completion of 2nd year

8% of total cost Submission of certificate of successful operation during the time period issued by Warehouse Manager.

4 On completion of 3rd year 8% of total cost Submission of certificate of successful operation during the time period issued by Warehouse Manager.

5 On completion of 4th year 8% of total cost Submission of certificate of successful operation during the time period issued by Warehouse Manager.

6 On completion of 5th year 8% of total cost Submission of certificate of successful operation during the time period issued by Warehouse Manager.

5.2 No advance payments will be made.

5.3 The payment shall be made through E-Payment system for which the tenderer shall provide the following details immediately after commencement of contract:

Page 19: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

19

(i) Name of Bank, (ii) Bank Account Number (iii) IFS code (iv) One cancelled cheque

5.4 The tenderer should submit bills as per clause 5.1 above but not later than two months from the date of expiry of the contract to the respective Regional Manager.

5.5 Income Taxes as applicable from time to time as per the Income Tax Act will be deducted from the bills. In case the tenderer is exempted from deduction of Income Tax, then he is required to produce a certificate from the Income Tax Authority indicating clearly that no tax at source be deducted from the tenderer against the said contract. Such a certificate shall have to be obtained at the commencement of each Financial Year.

NOTES:- [i] The rates quoted by the bidder and accepted by the Corporation and

incorporated in the contract agreement shall remain applicable during the period of the contract.

[ii] The Corporation shall not be liable for payment of any interest on any bill outstanding for payment for any reasons, whatsoever.

6. TERMINATION

6.1 Central Warehousing Corporation may terminate this agreement at any point of time in the event of material breach of the agreement by the other party. CWC may also terminate the contract in the event of the bidder having been adjudged insolvent or going into liquidation or winding up their business or making arrangements with their creditors or failing to observe any of the provisions of this contract or any of the terms and conditions governing the contract .

6.2 Central Warehousing Corporation without prejudice to any other rights or

remedies under the contract shall have the right to get balance work at the risk and cost of the bidder and to claim from the bidder any resultant loss sustained or costs incurred besides forfeiting Performance Bank Guarantee for the balance work.

6.3 In the event Corporation terminates the contract in whole or in part, pursuant, Corporation 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 Corporation 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.

Page 20: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

20

6.4 Central Warehousing Corporation can also terminate the contract by issuing three Months notice to the bidder. No claim shall lie against the Corporation on account of the termination of the contract under this clause.

7. BLACKLISTING

The non-performing and defaulting Bidder shall be blacklisted and shall be

Suspended /banned from participating in all the Corporation Bid inquiries for a period up to five years. The decision of the Managing Director shall be final and binding in this regard.

8. FORCE MAJEURE

8.1 The Bidder shall not be liable for forfeiture of its Performance Bank

Guarantee, liquidated damages or termination for default, if and to the extent that it’s delay in performance or other failure to perform its obligations under the contract is the result of an event of force majeure.

8.2 For purposes of this clause, “Force Majeure” means an event beyond the

control of the Bidder and not involving bidder’s fault or negligence. Such events may include, but are not limited to wars or revaluations, fires, floods, epidemics, quarantine restrictions and freight embargoes.

8.3 If a Force Majeure situation arises, the Bidder shall promptly notify

Corporation in writing of such conditions and the cause thereof within 7 days. Unless otherwise directed by Corporation in writing, Bidder shall continue to perform its obligations under the contract as far as is reasonably practical and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

8.4 The party unable to fulfil its obligations due to Force Majeure will

immediately.

a) Notify the other in writing of the reasons for its failure to fulfil its obligations and the effect of such failure,

b) Use all responsible endeavours to avoid or remove the cause and

perform its obligations.

9. LAWS GOVERNING THE CONTRACT

The Contract will be governed by the laws of the country in force time to time. The Contract shall be interpreted in accordance with the laws of the Union of India & will be under the jurisdiction of court in New Delhi.

Page 21: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

21

10. AGREEMENT The successful Bidder shall execute a formal agreement as per Annexure III

with the General Manager (System), Central Warehousing Corporation, Corporate Office, New Delhi within the fifteen(15) days of award of contract.

11. TAXES AND DUTIES

. 11.1 Price shall be quoted for supply, installation, testing, commissioning and

maintenance of CCTV surveillance system at 254 warehouses of Central Warehousing Corporation New Delhi. Price quoted should be inclusive of all taxes except GST. GST shall be payable as applicable at the time of billing.

11.2 As regards the Indian Income Tax, Surcharge on Income Tax, Education

Cess and any other Corporate Tax, CWC shall not bear any tax liability whatsoever. The bidder shall be liable and responsible for payment of such tax, if attached under the provisions of the law present or future and Corporation will make deduction at source as applicable.

12. AVAILABILTY OF REQUISITE PERMISSIONS AND LICENSES AND

COMPLIANCE WITH THE STATUTORY PROVISIONS The bidder is required to follow all the statutory acts as may be applicable for such type of work which may also involve manpower/links/ services provided/ intellectual property right and other IT Acts. Labour Acts, PF Acts. The bidder merely by filling the bid confirms that the bidder has all the requisite permissions and licenses to carry out all the works as stipulated by this tender. Further, merely by filling the tenders, the bidder reconfirms that the bidder has complied with all the statutory provisions of the central, state, local and municipal laws enforce. The bidder also confirms merely by filling the tenders, to comply with any future laws that may be enforced upon by the statute. Agencies which do not have requisite permissions / licenses or who do not comply with the statutory provisions are requested to fill in the bids only if they are eligible in this respect. Valid registrations viz., Sales Tax / VAT / Central Excise and with any other authorities as per requirement should be available with the bidder and be produced as and when required. The bidder shall obtain such permits and licenses as may be required under any law in force for the time being for his business.

13. LIQUIDATED DAMAGES (for Non delivery & commissioning)

a) Time is the essence of the contract and the milestones/ delivery dates are binding on the bidder. In the event of delay or any gross negligence, for causes attributable to the bidder, in meeting the milestones/deliverables as per tender, the Central Warehousing Corporation shall be entitled at its option to recover from the bidder as agreed, liquidated damages, a sum of 0.5% of the contract price of the corresponding milestone payment of delayed/undelivered items/services mentioned above for every week of delay or part of a week,

Page 22: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

22

subject to the maximum value of the Liquidated Damages being not higher than 10% of the value of corresponding milestone payment of the delayed/undelivered services. This right to claim any liquidated damages shall be without prejudice to other rights and remedies available to CWC under the contract and/or any other law.

b) In case of delay in achieving any of the targets/milestones solely not

attributable to bidder, CWC may consider condoning or reducing part of the liquidated damages. CWC has the exclusive right to exercise this provision. c) The decision of the competent authority i.e. respective Regional Manager for imposing Liquidated Damages will be final and binding upon the party and no correspondence etc. in this regard will be entertained by Central Warehousing Corporation.

14. LIQUIDATED DAMAGES POST COMMISSIONING AND ACCEPTANCE OF CCTV SYSTEM (FOR NON PERFORMANCE)

In case of any item becoming out of order or defective or major defects noticed

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

15. TRAINING

User training on operations and monitoring of CCTV Surveillance System will be provided to the CWC user staff by the successful bidder free of cost as given in scope of work at Section-III of the tender document.

16. OPERATIONAL ACCEPTANCE AND FINAL ACCEPTANCE

Upon successful completion of entire work in the warehouses including testing by the bidder, the Warehouse Manager shall issue a Completion & Satisfactory Report Certificate(Annexure-VII) to the bidder as a proof (to be submitted along with the Invoice for claiming payment) of the final acceptance. Such certificate

Page 23: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

23

shall not relieve the bidder of any of his obligations which otherwise survive, by the terms and conditions of the Contract after issuance of such certificate

17. Project Monitoring and Complaints redressal Successful bidder after award of contract during execution of the project will be

responsible for submitting fortnightly progress report for monitoring the project for its timely completion.

Complaint about non-working of the CCTV system from CWC shall be registered through WEB/Email by allotting complaint number. The vendor afeter the redressal of the complaint shall submit a compliance report stating complaint number, date of redressal and call closing reports signed by warehouse Manager/officer in charge and service Engineer, on monthly basis to the concerned Regional office/office .

18. LIMITAION OF LIABILITY:

a) Bidder’s aggregate liability for actual damages shall be capped at 100% of the total value of the contract. However, in the following cases, the liability of the Bidder’s shall be as per actual damages: 1) the bodily injury (including death) and damage to real property and tangible personal property caused by Bidder’s negligence and/or 2) the intellectual property infringement claims.

b) Bidder shall not in any event be liable for any indirect or consequential damages, or for loss of profit, business, revenue, goodwill, anticipated savings or Data, or third party claims except with respect to bodily injury (including death) and damage to real and tangible personal property.

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

d) Title and Risk of Loss: Bidder shall bear the risk of loss on Project Assets; up to the time they are transferred and handed over to the CWC - after which it shall stand transferred to the CWC. Bidder shall arrange and pay for insurance to cover such item until it is transferred.

19. ARBITRATION In the event of any dispute or difference relating to the interpretation and application of the provisions of the contracts, such dispute or difference shall be referred by either party for Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the Government of India in- charge of the Department of Public Enterprises. The Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under this clause. The instructions contained in the OM No. 4(1)/2011-DPE(PMA)-GL dated 12/6/2013 issued by DPE as amended time to time regarding settlement of commercial disputes between Public sector enterprises and Government Departments through PMA would be applicable. The award of the Arbitrator shall be binding upon the parties to the dispute, provided, however, any party aggrieved by such award may make a further reference to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of Indiafor setting aside or revision of the award. Upon such reference the dispute shall be decided by the Law Secretary or the Special Secretary/ Additional Secretary, when so authorized by the Law Secretary, whose decision shall bind the Parties finally and conclusively.

Page 24: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

24

The Parties to the dispute will share equally the cost of arbitration as intimated by the Arbitrator.

Page 25: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

25

Section-III

SCOPE OF WORK

Tender notice for supply, installation, testing, commissioning and maintenance of CCTV surveillance system at 254 (Two hundred and fifty four) warehouses of Central Warehousing Corporation as per details furnished under Annexure-VIII.

i. At the begin of installation work, vendor shall make a joint survey of the

warehouse along with the Warehouse Manager and mark the locations of the cameras on a signed survey report and complete installation work as per the survey report. This survey report duly signed by warehouse manager & the vender or its representative shall be submitted along with the invoice for claiming payment.

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

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

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

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

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

vii. Two days onsite training programme up to the five officials for operations of CCTV Systems at each warehouse will be arranged by the vendor.

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

ix. The Vendor shall supply, installation, testing & commissioning of CCTV Surveillance System along with required accessories, software, DVR , UPS, cables, accessories etc

x. Bill of Material including cabling shall be indicative only, the successful bidder shall visit the warehouse and arrive at the actual requirement & location of placing the cameras in consultation with the Warehouse Manager. Accordingly payment shall be released on actual bill of material

Page 26: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

26

deployed based on certificate & satisfactory report submitted by warehouse manager. Any enhancement/addition of the CCTV system shall be taken up as per unit rate of the items during contract period.

xi. Time period for installation, testing & commissioning of CCTV system along with cabling in 254 warehouses shall be eight months.

xii. The price quoted by the bidder should include all the expenses in commissioning of all cameras with power supply, accessories and other devices complete with software.

xiii. The bidder has to arrange supply and installation of the equipments at the designated warehouse and no road permit shall be issued by CWC

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

xv. The batteries for UPS shall be under warranty for a minimum of two years .

xvi. Bidder shall quote separate price, each for UPS and Batteries as given in the price bid.

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

xviii. The specification of DVR should be such that entire control & monitoring can be done remotely through internet connections.

Scope for onsite COMPREHENSIVE Warranty and AMC:

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

b) The contractor shall ensure that the entire CCTV System including its

components and all allied materials are working properly and continuously without fail during the currency of the contract. Ensure visit by service Engineer/skilled technical personnel bi-monthly and submit the entire CCTV System working reporting to respective Regional Manager.

c) Annual Maintenance Charges will be commenced from the date of expiry of

warranty period of 12 months from date of commissioning with the same terms and conditions in above lines.

Page 27: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

27

d) Replacement of batteries for UPSs shall be made free of charge during the period of AMC within the scope of AMC.

e) It shall be the responsibility of the contractor to ensure uninterrupted and proper

functioning of the CCTV Setup during the currency of the contract period. In case of continued failure of the CCTV system or contractor fails to provide satisfactory / uninterrupted functioning of CCTV System during the contract period General Manager (System) will be at liberty to terminate the contract at any time and appoint new contractor at his risk and cost without prejudice to other right and remedies as per contract and law. The General Manager (System) shall have the sole authority to judge the performance of the Contractor in such cases and his decision shall be binding on the Contractor.

f) All materials and equipments etc. required by the contractor for the works will be

arranged by him at his own cost. CWC will neither provide foreign exchange nor any assistance whatsoever for import of equipments if any involved in the contract.

g) Before handing over the system to the Corporation the contractor will submit four sets of following manuals for each set of equipment:

i. Operation manual ii. Servicing manual iii. Equipment’s guarantee/warranty certificates.

h) The contractor shall be responsible for any acts of commission or omission on the

part of their work man in respect of any damage or loss to CWC property.

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

i) The contractor shall be responsible to comply with all the statutory obligations

including Labour/Taxation/Octroi etc.

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

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

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

Page 28: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

28

Section –IV

ANNEXURE-I

A. TECHNICAL BID: Supply, installation, testing, commissioning and maintenance of CCTV

surveillance system at Central Warehousing Corporation, Corporate Office, New Delhi

Sr. No.

Items

Documentary Proof to be enclosed

Compliance(Y/N)

1. Authorized signatory (As per Clause No.7 of Section 1)

Authorization letter in favour of the officer signing the bid

2. Undertaking For Unconditional Acceptance of Terms & Conditions of the Tender Document

Bidder to submit Undertaking for Unconditional Acceptance of Terms & Conditions of the Tender Document as per Annexure-VI duly signed by the authorized signatory.

3. Pre-Contract Integrity Pact

Bidder to submit Integrity Pact as per Annexure-V duly signed by the authorized signatory.

4. Compliance of Technical Specifications as per format

Duly filled format of compliance as given below

Format for submission of Compliance of Technical Specifications follows:

Sr. No Details Items/Work with specifications Make Model ComplianceYes/No

1 Supply of 1.3 MP or higher outdoor Analog IR Bullet Camera having following specifications:

• Image Sensor- 1 / 3” Progressive Scan CMOS or

Higher. • Effective Pixel- 1280(H)*720(V) • Min Illumination- 0.01 lux @ (F1.2, AGC ON),

0

Lux with IR ON

Page 29: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

29

• Shutter Speed-1/25s to 1/50,000s or better. • Lens- Fixed lens 4 mm/6mm or Higher. • Day Night ICR-Yes • Video Frame Rate-25fps(PAL). • HD Video Output- Yes • S/N Ratio- more than 50db. • Weather Proof Rating-IP 66 • IR Range- 50 Meter or Higher. • Working Temp. (-)10 degree C to (+)60 degree

C

• Certification- UL/NABL,FCC,CE/EN. 2 Supply of 2 MP of higher Analog IR Dome

Camera having following specifications:

• Image Sensor- 1 / 2. 7” Progressive Scan CMOS or

Higher. • Signal System – PAL/NTSC • Effective Pixel- 1930(H)*1088(V) • Min Illumination- 0.01 lux @ (F1.2, AGC ON),

0

Lux with IR ON • Shutter Speed-1/25s to 1/50,000s or better. • Lens- Fixed lens 2.8mm,3.8mm or Higher. • Day Night ICR-Yes • Video Frame Rate-25fps(PAL). • HD Video Output- Yes • S/N Ratio- more than 50db. • Weather Proof Rating-IP 66 • Working Temp. (-)10 degree C to (+)60 degree

C

• IR Range- 20 Meter or Higher. • Certification- UL/NABL, FCC, CE/EN. 3 Supply of High Definition 32 channel Digital Video Recorder with 30 days HD

recording storage having following specifications

• Video Compression- H.264

• HDMI/VGA output- 1920 × 1080 / 60 Hz,1280 ×1024 / 60 Hz, 1280 × 720 / 60 Hz, 1024 × 768 / 60Hz.

• Sync Playback-32 Channel

Page 30: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

30

• Network Interface- Yes • USB Ports-Yes • Serial Interface-Yes • Working Temp- -10 degree C to +60 degree C • Certification- UL/NABL,FCC,CE/EN

4 a Supply of 1 KVA UPS without battery

4 b Supply of battery with 60 minutes back up for 1 KVA UPS

5 Supply of 6 U Network Rack with Power strip & related accessories of Standard Make

6 Supply of 12 V Power Adaptors 4 AMP SMPS, Input Voltage -90 to 285, Voltage variation + _ 10%, over voltage & short circuit protection

7 Supply of RG 11 copper video Armoured Cable ISI mark

8 Supply of 3C x 1.5 sq mm copper Power Cable ISI mark

9 Supply of 32" LED Monitor of resolution 1920* 1080 Standard Make

10 Supply of 32mm PVC Pipe (Heavy) ISI Mark with accessories

11 Supply of 50 mm GI Pipe (Medium) with accessories ISI Mark

12 Supply of L Shape Angles Iron Bracket of 40*40*6 mm of required length with provision of mounting bullet & Dome cameras on the gate, weighbridge and godown walls

13 Supply of Cage for protection of the camera with barbed wire of suitable size

14 Installation charges for fixing of PVC pipe on wall, Laying of RG armoured cable, Fixing of GI pipe under road, Fixing of L shape iron angle brackets including installation of above equipments complete with testing and commissioning

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

Page 31: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

31

Signature of bidder

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

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

18 The proposed CCTV System’s components must not be obsolete

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

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

21 All the items shall be branded and reputed

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

23 The DVR should be capable of connecting with internet/Broadband for remote monitoring and control

Page 32: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

32

Annexure –II Attached separately

Page 33: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

33

ANNEXURE-III AGREEMENT

The agreement made on this ____________________day of 2016 between the Central

Warehousing Corporation, 4/1 Siri Institutional Area, August Kranti Marg, Hauz Khas, New Delhi established under Warehousing Corporation Act, 1962 (herein after called the Corporation) and M/S____________________________________a* partnership firm, consisting of partner, namely(1)____________________________(2)___________________________/ a company registered under the Indian Company Act/ individual carrying a business in the name and style of M/S_______________________________( herein after called Contractor) which term shall include, unless repugment to the context, his/heirs and legal representatives, executers/ administrators and successors.

WHEREAS the Corporation being in requirement of _________________________________ had invited tenders for supply thereof vide tender No._______________________________ And WHEREAS the rate/rates submitted by the Contractor in his/ their/its letter dated____________has/ have been accepted by the Corporation vide communication No.____________________ dated____________.

It is hereby witnessth: The terms & conditions incorporated in tender No.________________ form an integral part of this agreement and will be sole repository of the terms and conditions governing the supply of ________________________ to be made by the Contractor, and the said letter of the Contractor is to be referred to only for the purpose of rates.

In witnesses whereof the parties have set their hands on the date herein before mentioned above written.

WITNESS Signature________________________

(Name & address of Contractor) Seal

1. 2. General Manager (System)

CENTRAL WAREHOUSING CORPORATION

Page 34: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

34

Annexure-IV BANK GUARANTEE FOR BID SECURITY (PERFORMANCE BANK GUARANTEE) (To be stamped in accordance with Stamp Act) Bank Guarantee No. ……….. Date ………………………... To [CWC's Name & Address] Dear Sir, In consideration of the …………….. [CWC's Name]…………. (herein after referred to as the 'CWC,' which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators and assigns) having awarded to M/s. ………..[Contractor's Name] ………..with its Registered/Head Office at …………………………..…………………… (Hereinafter referred to as the 'Contractor', which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns), a Contract by issue of CWC's Notification of Award No. …………….. Dated ………….. and the same having been unequivocally accepted by the Contractor, resulting in to a contract bearing No…………. dated …………. Valued at……………….. for ……………… and the Contractor having agreed to provide a Performance Guarantee for the faithful performance of the entire Contract equivalent to 15% of contract value to the CWC. We ……………….. [Name & Address of the Bank] …..………. having its Head Office at………………………….. (hereinafter referred to as the 'Bank', which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the CWC, on demand any and all monies payable by the contractor to the extent of 15% of contract value as aforesaid at any time up to ……………. (@) ………… [days/month/year] without any demur, reservation, context, recourse or protest and/or without any reference to the Contractor. Any such demand made by the Corporation on the Bank shall be conclusive and binding notwithstanding any difference between the Corporation and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the Corporation and further agrees that the guarantee herein contained shall continue to be enforceable till the Corporation discharges this guarantee. The Corporation shall have the fullest liberty, without affecting in any way the liability of the Bank under this guarantee, from time to time to extend the time for performance of the Contract by the Contractor. The Corporation 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 Contractor, and to exercise the same at any time in any manner, and either to enforce

or to forbear to enforce any covenants, contained or implied, in the Contract between the Corporation and the Contractor or any other course or remedy or security available to the CWC. The Bank shall not be released of its obligations under these presents by any exercise by the Corporation of its liberty with reference to the matters omission or commission on the part of the Owner or any other indulgence shown by the Corporation or by any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the Bank. The Bank also agrees that the Corporation 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

Page 35: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

35

Contractor and notwithstanding any security or other guarantee that the Corporation may have in relation to the Contractor's liabilities. Notwithstanding anything contained hereinabove, our liability under this guarantee is restricted to …………. (*) ……….. 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 M/s………….. [Contractor's Name] ………... on whose behalf this guarantee has been given. In witness where of the Bank, through its authorized officer, has set its hand and stamp on this ………………………… day of ……………….. 2016 at …………………… This ………………. day of ………….. 2016 at …………………………... WITNESS …………………………..… (Signature) ……….………… (Signature) …………………………….. (Name) (Name) ………………….…. …………………………….. ……………………………… (Official Address) (Designation with Bank Stamp) Attorney as per Power of Attorney No……………… Dated …………………….

Notes: 1. This date will be sixty (60) days beyond the CONTRACT period as specified in the Contract.

2. The stamp papers of appropriate value shall be purchased in the name of Guarantee issuing Bank.

Page 36: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

36

ANNEXURE-V PRE-CONTRACT INTEGRITY PACT

General This pre-bid/pre-contract Agreement (hereinafter called the Integrity Pact) is made on ______ day of the month of ________ between on one hand, the Central Warehousing Corporation (A Govt. of India Undertaking), 4/1 Siri Institutional area, Hauz Khas, New Delhi, acting through General Manager(systems), Central Warehousing Corporation (A Govt. of India Undertaking) (hereinafter called the “CORPORATION" which expression shall mean and include, unless the context otherwise requires, his successors in office and assigns) of the First Part and M/s ________ represented by Shri __________, (Name of the contractor) (hereinafter called BIDDER which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) of the Second Part. WHEREAS the CORPORATION proposes to procure supply of goods/plant and machinery/equipment/chemicals etc. and the BIDDER/SELLER is willing to offer/has offered the supply of goods/plant/machinery/equipment and chemicals etc as per the contract conditions of tender including the specifications of goods. WHEREAS the BIDDER is a private company/public company/Government undertaking/partnership firm constituted in accordance with the relevant law in the matter and the corporation is a PSU performing its functions on behalf of the Ministry of Consumer Affairs, Food and Public Distribution, New Delhi, Govt. of India. NOW, THEREFORE, To avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to:-

a. Enabling the CORPORATION to obtain the desired Stores/Equipments at a competitive price in conformity with the defined specifications by avoiding the high cost and the distoritionary impact of corruption on public procurement, and

b. Enabling BIDDER to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the CORPORATION will commit to prevent corruption, in any form, by its officials by following transparent procedures.

c. The parties hereto hereby agree to enter into this integrity Pact and agree as follows:

1. Commitments of the Corporation

1.1 The Corporation undertakes that no official of the CORPORATION, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person, organisation or third party related to the contract in exchange for an

Page 37: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

37

advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract.

1.2 The CORPORATION will, during the pre-contractor stage, treat all BIDDERS alike and will provide to all BIDDERS the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERS.

1.3 All the officials of the CORPORATION will report to the appropriate authority any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach.

In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the CORPORATION with full and verifiable facts and the same is prima facie found to be correct by the CORPORATION, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the CORPORAION and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the CORPORAION the proceedings under the contract would not be stalled.

2. Commitments of BIDDERS The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post-contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following:- 2.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift,

consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the CORPORATION, connected directly or indirectly with the bidding process, or to any person, organisation or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.

2.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the CORPORATION or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the CORPORATION for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with the CORPORATION.

2.3 BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs shall disclose their foreign principals or associates.

2.4 BIDDERs shall disclose the payments to be made by them to agents/brokers or any other intermediary, in connection with this bid/contract.

Page 38: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

38

2.5 The BIDDERs further confirms and declares to the BUYER that the BIDDER is the original manufacturer/integrator/authorised government sponsored export entity of the defence stores and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such intercession, facilitation or recommendation.

2.6 The BIDDER, either while presenting the bid or during pre-contract negotiations or before signing the contract, shall disclose any payments he has made, is committed to or intends to make to officials of the CORPORATION or their family members, agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments.

2.7 The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract.

2.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities.

2.9 The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the CORPORATION as part of the business relationship, regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged.

2.10 The BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts.

2.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above.

2.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER, either directly or indirectly, is a relative of any of the officers of the CORPORATION, or alternatively, if any relative of an officer of the CORPORATION has financial interest/stake in the BIDDER’s firm, the same shall be disclosed by the BIDDER at the time of filling of tender. The term ‘relative’ for this purpose would be as defined in Section 6 of the Companies Act 1956

2.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the CORPORATION

3. Previous Transgression

3.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any other

Page 39: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

39

company in any country in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government Department in India that could justify BIDDER’s exclusion from the tender process.

3.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.

4. Earnest Money (Performance Bank Guarantee)

4.1 While submitting Technical bid, the BIDDER shall deposit an amount of Rs. _______ (to be specified in NIT/SD) as Earnest Money, with the CORPORATION through any of the following instruments:

a. Bank Draft or a Pay Order in favour of Central Warehousing Corporation, New Delhi/ Regional Manager, Central Warehousing Corporation, Regional Office ---------------

4.2 Any other mode or through any other instrument (to be specified in the NIT). 4.3 The Earnest Money/Performance Bank Guarantee and performance

guarantee shall be valid for the period as per the relevant terms & condition of the contract

4.4 No interest shall be payable by the CORPORATION to the BIDDER on Earnest Money/Performance Bank Guarantee/performance guarantee or otherwise for the period of its currency and upto their validity.

5. Sanctions for Violations

5.1 Any breach of the aforesaid provision by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the CORPORATION to take all or any one of the following actions, wherever required:-

i. To immediately call off the pre-contract negotiations without assigning

any reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue.

ii. The Earnest Money Deposit (in pre-contract stage) and/or Performance Bank Guarantee/Performance Bond (after the contract is signed) shall stand forfeited either fully or partially, as decided by the CORPORATION and the CORPORATION shall not be required to assign any reason therefore.

iii. To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER.

iv. To recover all sums already paid by the CORPORATION, and in case of an Indian BIDDER with interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India, while in case of a BIDDER from a country other than India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER from the CORPORATION in connection with any other

Page 40: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

40

contract for any other stores/work such outstanding payment could also be utilized to recover the aforesaid sum and interest.

v. To encash the advance bank guarantee and performance bond/warranty bond, if furnished by the BIDDER, in order to recover the payments, already made by the CORPORATION, along with interest.

vi. To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the CORPORATION resulting from such cancellation/rescission and the CORPORATION shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER.

vii. To debar the BIDDER from participating in future bidding processes of the CORPORATION for a minimum period of five years, which may be further extended at the discretion of the CORPORATION.

viii. To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or agent or broker with a view to securing the contract.

ix. In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the CORPORATON with the BIDDER, the same shall not be opened.

x. Forfeiture of Performance Bond in case of a decision by the CORPORATION to forfeit the same without assigning any reason for imposing sanction for violation of this Pact.

5.2 The CORPORATION will be entitled to take all or any of the actions mentioned at para 6.1(i) to (x) of this Pact also on the Commission by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption.

5.3 The decision of the CORPORATION to the effect that a breach of the provisions of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the independent Monitor(s) appointed for the purposes of this Pact.

6. Independent Monitor

6.1 The CORPORATION has appointed Sh. Braham Dutt, IAS (Retd.), C-1/30, Pandara Park, New Delhi-110003 as an Independent Monitor (hereinafter referred to as Monitor) for this Pact in consultation with the Central Vigilance Commission.

6.2 The task of the Monitor shall be to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact.

6.3 The Monitor shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently.

6.4 Both the Parties accept that the monitors have the right to access all the documents relating to the project/procurement, including minutes of meetings.

Page 41: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

41

6.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform the Authority designated by the CORPORATION.

6.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the CORPORATION including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER/Subcontractor(s) with confidentiality.

6.7 The CORPORATION will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the parties. The parties will offer to the Monitor the option to participate in such meetings.

6.8 The Monitor will submit a written report to the designated Authority of CORPORATION within 8 to 10 weeks from the date of reference or intimation to him by the CORPORATION / BIDDER and, should the occasion arise, submit proposals for correcting problematic situations.

7. Facilitation of Investigation

In case of any allegation of violation of any provisions of this Pact or payment of commission, the CORPORATION or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination.

8. Law and Place of Jurisdiction This Pact is subject to Indian Law. The Place of performance and jurisdiction is the seat of the CORPORATION.

9. Other Legal Action The actions stipulated in this integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

10. Validity

a. The validity of this Integrity Pact shall be from date of its signing and extend upto 5 years or the complete execution of the contract to the satisfaction of both the CORPORATION and the BIDDER/Seller, including warranty period, whichever is later. In case BIDDER is unsuccessful, this integrity Pact shall expire after six months from the date of the signing of the contract.

Page 42: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

42

b. Should one or several provisions of this Pact out to be invalid; the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions.

11. The parties hereby sign this Integrity Pact at ___________ on_________ CORPORATION BIDDER

Name of the Officer CEO Designation CWC Witness Witness 1. ______________________ 1._________________________ 2. ______________________ 2. ______________________

Page 43: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

43

Annexure -VI

Undertaking For Unconditional Acceptance of Terms & Conditions of the Tender Document.

[Date] To, General Manager (Purchase) Corporate Office Central Warehousing Corporation 4/1, Siri Institutional Area, Hauz Khas, New Delhi Dear Sir,

Subject: Tender notice for supply, installation, testing, commissioning and

maintenance of CCTV surveillance system at Central Warehousing Corporation, Corporate Office, New Delhi

Having examined the tender document, we, the undersigned, to Tender notice for

supply, installation, testing, commissioning and maintenance of CCTV surveillance system at Central Warehousing Corporation, Corporate Office, New Delhi

We confirm that the information contained in this response or any part thereof, including its exhibits, and other documents and instruments delivered or to be delivered to CENTRAL WAREHOUSING CORPORATION is true, accurate, verifiable and complete. This response includes all information necessary to ensure that the statements therein do not in whole or in part mislead the Corporation in its short-listing process.

We fully understand and agree to comply that on verification, if any of the information provided here is found to be misleading the short listing process, we are liable to be dismissed from the selection process or termination of the agreement during the project, if selected to do so.

We agree for unconditional acceptance of all the terms and conditions set out in the tender document including annexures and corrigendum if any and also agree to abide by this tender response for a period of 120 days from the date fixed for bid opening.

We hereby declare that in case the agreement is awarded to us, we shall submit the Performance Bank Guarantee in the form of bank guarantee in the form prescribed at Annexure-IV.

We agree that CWC is not bound to accept any tender response that they may receive. We also agree that CWC reserves the right in absolute sense to

reject all or any of the services specified in the tender response.

Page 44: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

44

It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/ firm/ organization and empowered to sign this document as well as such other documents, which may be required in this connection.

We understand that it will be the responsibility of our organization to keep

CENTRAL WAREHOUSING CORPORATION informed of any changes in respect of authorized person and we fully understand that CENTRAL WAREHOUSING CORPORATION shall not be responsible for non receipt or non delivery of any communication and/or any missing communication in the event reasonable prior notice of any change in the authorized person of the company is not provided to CENTRAL WAREHOUSING CORPORATION.

Dated this Day of 2017 (Signature) (In the capacity of) (Name)

Duly authorized to sign the Tender for and on behalf of:

(Name and Address of Company) Seal/Stamp of bidder

Page 45: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

45

Annexure-VII Completion Certificate

Warehouse Name : Warehouse Manger Name: Designation : Regional office : Installation Start date : Installation End date : Installed by : Commissioned by : List of material used in Installation Sl. No. ITEM DESCRIPTION Quantity Unit

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

2 Supply of 2 MP of higher Analog IR Dome Camera Nos.

3 Supply of High Definition 16 channel Digital Video Recorder Nos.

4 (a) Supply of 1 KVA UPS without battery (1 X 50) Nos. 4(b) Supply of battery with 60 minutes back up Nos.

5 Supply of 6 U Network Rack with Power strip & related accessories Nos.

6 Supply of 12 V Power Adaptors 4 AMP SMPS, Nos.

7 Supply of RG 11 copper videoArmoured Cable Mtrs

8 Supply of 3C x 1.5 sq mm copper Power Cable Mtrs 9 Supply of 32" LED Monitor Nos. 10 Supply of 32mm PVC Pipe (Heavy) ISI Mark Mtrs 11 Supply of 50 mm GI Pipe (Medium) Mtrs

12 Supply of L Shape Angles Iron Bracket of 40*40*6 mm Nos.

13 Supply of Cage for protection of thecamera Nos.

Certificate: It is certified that installation has been completed and the CCTV system is working satisfactorily. I have physically verified the quantity of the above mentioned items used in the installation of CCTV system

The technician has demonstrated the working of the CCTV system and the operations of the system have been under stood by my staff & me

Signature of the Warehouse Manger with Stamp

Page 46: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

46

Annexure-VIII

List of 254 warehouses for installations of CCTV System

Sr. No. Warehouse Name AHEMADABAD GUJARAT warehouse/Centre 1 Adalaj(G) 2 Ahmedabad-I 3 Anand 4 Bhavnagar 5 Ishanpur 6 Jamnagar 7 Nadiad 8 Rajkot-I 9 Rajkot-II 10 Surat I 11 Surat II 12 Thangad 13 Vadod BANGALORE KARNATAKA warehouse/Centre

14 BangII/nelamangala/bagalkuta 15 BELGAUM 16 BIDAR 17 DHARWAD 18 GADAG 19 GULBERGA-I 20 HOSKOTE 21 HUBLI-II 22 MADDUR 23 MANDYA 24 Mannguda/Brahmawara 25 NARGUND 26 SHIKARIPUR 27 SOUNDATTI 28 TUMKUR/Gubbi BHOPAL MADHYA PRADESH warehouse/Centre

29 BALAGHAT

Page 47: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

47

30 BHIND 31 BHOPAL-I 32 BHOPAL-II 33 BURHANPUR-I 34 CHHATARPUR 35 CHHINDWARA 36 GWALIOR 37 INDORE-I 38 INDORE-II 39 INDORE-III 40 INDORE-IV 41 INDORE-V 42 KATNI 43 KHANDWA-BD 44 KHANDWA-II 45 MALLANPUR 46 MORENA-I 47 MORENA-II 48 NARSINGHPUR-I 49 SANWAR 50 SHEOPURKALAN-I 51 SHEOPURKALAN-II/ 52 SOHAGPUR BHUBANESHWAR ORISSA warehouse/Centre

53 ASKA 54 BALASORE 55 BALJITPARA 56 BARGARH 57 BERHAMPUR 58 BOLANGIR 59 CHOUDWAR 60 CUTTACK 61 JAJPUR ROAD 62 JATNI 63 JEYPORE 64 JUNAGARH 65 KALAMATI 66 KENDUPALLI-I 67 KENDUPALLI-II 68 KOKSARA 69 NABARANGPUR 70 RAYAGADA 71 SONEPUR 72 MARSHAGHAI

Page 48: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

48

CHANDIGARH PUNJAB warehouse/Centre

73 ABOHAR-I 74 ABOHAR-II 75 AJITWAL 76 AMRITSAR 77 BHOGPUR 78 CHANALON 79 FAZILKA-I 80 GARSHANKAR 81 GURDASPUR 82 HOSHIARPUR 83 MANDI GOBINDGARH 84 MANSA 85 MOGA-II 86 MOHALI 87 MUKTSAR 88 NABHA 89 PATHANKOT BD 90 ROPAR 91 SIRHIND UT CHANDIGARH

92 CHANDIGARH CHENNAI TAMIL NADU warehouse/Centre

93 AMBATTUR 94 CHIDAMBARAM 95 CUDDALORE 96 ERODE 97 HOSUR 98 KUMBAKONAM . 99 MADURAI-I 100 MANARGUDI 101 MOOLAPALAYAM 102 ROYAPURAM CFS 103 SINGANALLUR ACC& 104 THANJAVAR-II 105 THOOTHUKUDI CFS 106 TOLGATE 107 UDUMALPET 108 VIRDHUNAGAR 109 VIRUGAMBAKAM/CFS

Page 49: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

49

Chennai/Puduchery warehouse/Centre

110 PONDICHERRY GUWAHATI/ ASSAM warehouse/Centre

111 MALIGAON 112 JORHAT-II

GUWAHATI/TRIPURA warehouse/Centre

113 AGARTALA HYDERABAD ANDHRA PRADESH warehouse/Centre

114 ADONI 115 GUDIVADA 116 KAIKALUR 117 KAKINADA 118 MASULIPATNAM 119 NANDYAL 120 NELLORE 121 NIDAMANUR 122 ONGOLE 123 GUNTUR B.D./PEDA 124 RAJAMUNDRY 125 TADEPALLIGUDEM 126 VADLAMUDI

HYDERABAD TELANGANA warehouse/Centre

127 ADILABAD 128 BODHAN 129 GADWAL 130 KARIMNAGAR 131 KARIMNAGAR-II 132 MEDAK 133 MEHABUBNAGAR 134 NIZAMABAD 135 SARANGPUR 136 SIDDIPET

Page 50: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

50

137 SURYAPET JAIPUR RAJASTHAN warehouse/Centre

138 BARAN 139 BEAWAR 140 BHARATPUR 141 CHOMU 142 DEOLI 143 JHUNJHUNU 144 KESRISINGHPUR 145 KOTA-II 146 KOTPUTLI 147 NAGAUR 148 PARBATSAR 149 SIKAR 150 SITAPURA-II 151 SRIMADHOPUR 152 TIBBI 153 UDAIPUR

KOCHI KERALA warehouse/Centre

154 ERNAKULAM 155 KAKKANAD 156 KANJIKODE/PALLAKAD 157 KOZHIKODE 158 KUNNAMTAHNAM 159 TRICHUR

KOLKATA WEST BENGAL warehouse/Centre

160 BELDA 161 BISHNUPUR 162 BURDWAN-I 163 BURDWAN-II 164 CHANDRAKONA ROAD 165 COOCH BEHAR 166 KHARAGPUR 167 MALDA 168 MOGRA(TARAGAON) 169 SARGACHI

Page 51: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

51

170 SARUL 171 ULUBERIA

LUCKNOW UTTAR PRADESH warehouse/Centre

172 BAHRAICH 173 BASTI 174 BIJNOR 175 BISALPUR 176 CHANDAUSI-I 177 CHANDAUSI-II 178 CHIRGAON 179 DADRI 180 ETAWAH 181 HARDOI 182 JAHANGIRABAD-I 183 JAHANGIRABAD-II 184 JHANSI 185 LUCKNOW-I 186 MAUNATH BHANJAN 187 MUZAFFARNAGAR-I 188 NAINI 189 RAMPUR 190 ROBERTSGANJ 191 SAHARANPUR-I 192 SHAHJAHANPUR 193 SHAMLI

LUCKNOW UTTARAKHAND warehouse/Centre

194 JASPUR 195 KASHIPUR-I 196 KASHIPUR-II 197 KHATIMA 198 SRINAGAR

MUMBAI/ GOA warehouse/Centre

199 GOA MUMBAI MAHARASHTRA

Page 52: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

52

warehouse/Centre

200 AKOLA-II 201 AMBAD-II 202 BADNERA(PEG) 203 GONDIA-I 204 GONDIA-II 205 JALGAON 206 KARDHA-BHANDARA 207 KOLHAPUR-I 208 KOLHAPUR-II 209 MALIWADA 210 MIRAJ 211 NAGPUR 212 NANDED 213 NASIK ROAD 214 SANGLI 215 SOUNDAD 216 WASHIM

PANCHKULA HARYANA warehouse/Centre

217 ASSANDH 218 BARHI 219 BHIWANI 220 CHARKHI DADRI 221 FATEHABAD 222 GANAUR 223 GOHANA 224 HISSAR 225 INDRI 226 KARNAL-I 227 KARNAL-II 228 MANDI ADAMPUR 229 NARAINGARH 230 NARWANA 231 PALWAL 232 ROHTAK 233 TOHANA 234 UKLANA

PANCHKULA HIMACHAL PRADESH warehouse/Centre

235 DEHRA 236 MANDI 237 SOLAN

Page 53: LIMITED TENDER INQUIRY6 CWC reserves the right to call for the above-mentioned documents, of Technical bid if not submitted together with the bid and further clarifications, if any

53

PATNA BIHAR warehouse/Centre

238 DARBHANGA 239 GORAUL 240 KATIHAR 241 MADHEPURA 242 MUNGER 243 SIWAN 244 SUPAUL

PATNA JHARKHAND warehouse/Centre

245 HAZARIBAGH 246 JAMSHEDPUR

RAIPUR CHHATTISGARH warehouse/Centre

247 BHATAPARA-I 248 BILASPUR-I 249 BILASPUR-II 250 KHARASIA 251 RAIGARH-I 252 RAIPUR-I 253 RAIPUR-II 254 SURRI