Tender Draft for Epabx

Total Page:16

File Type:pdf, Size:1020Kb

Tender Draft for Epabx

NATIONAL INSTITUTE OF SCIENCE COMMUNICATION & INFORMATION RESOURCES (CSIR)

Bid Document For AMC of Uninterrupted Power Supply Systems and Constant Voltage Transformers

(i) Last Date for Submission of Bids : 27/2/2006 Time : 14.30 Hours

(ii) Date of Opening of E.M.D & Technical Bid : 27/2/2006 Time : 15 :00 Hours

(iii) Financial Bids of Tenders will be opened after evaluation of the Technical bids and successful bidders of Technical evaluation shall be informed about the opening date of financial bids.

National Institute of Science Communication & Information Resources Dr. K.S. Krishnan Marg (Near Pusa Gate), New Delhi - 110012

NATIONAL INSTITUTE OF SCIENCE COMMUNICATION & INFORMATION RESOURCES Dr. K.S. Krishnan Marg, (Near Pusa Gate), New Delhi - 110012

1 Bid Document No: -PUR.

Date of Issue ......

Name of the Firm ………………………………………………………………………………………………… ………………………………………………………………………………………………… ………………………………………………………………………………………………… ………………………………………………………………………………………………

Important Notice

An incomplete offer and/or Late bid is liable to be ignored. To aid the Bidders in submitting complete offers, a checklist is included in the bid document (Annexure - 0). The bidders must fill this and submit along with their offer in their own interest.

CONTENTS

SECTION - I

2

Invitation for the Bids 4

SECTION - II

Scope of work and Specifications of the systems proposed for AMC 5

SECTION - III

Instructions to Bidders 7

SECTION - IV

Terms and Conditions of Contracts 13

SECTION - V

Annexure/Formats for Bid Submission 15

SECTION – I

INVITATION FOR THE BIDS

AMC of Uninterrupted Power Supply Systems and Constant Voltage Transformers .

3 1.1 Sealed bids in two parts, i.e., Technical Bid with EMD and Financial Bid are invited for the AMC for Uninterrupted Power Supply Systems and Constant Voltage Transformers. The bids should be submitted in two envelopes duly sealed and clearly marking the type of content in the envelope, bidder’s name and address on the top of the sealed envelopes. Bidders whose EMD is not in order will not be considered. 1.2 The bidder must have executed at least three similar kinds of AMC orders during last three years in Govt/Semi Govt/PSU’S/Autonomous bodies. The sum of 3 orders in each years should amount to minimum Rs.two lakh. (Please provide the proofs). 1.3 The bidder may inspect the equipment/site in order to make estimates about the nature and cost of work required to be done. Contact person:

For Pusa Campus: Mr.C.B.Singh Scientist National Institute of Science Communication & Information Resources Dr K.S. Krishnan Marg (Near Pusa Gate), New Delhi110 012

For S.V.marg: Mr. Mukesh Pund Scientist National Institute of Science Communication & Information Resources 14, Satsang Vihar Marg, New Delhi110 067

1.4.. The bids complete in all respects, addressed to the Director, should reach latest by 14.30 hours on at the following address :

NISCAIR Book Shop, National Institute of Science Communication & Information Resources, Dr K.S. Krishnan Marg (Near Pusa Gate), New Delhi110 012 Phone : 25843182 OR 25846301-07/314 SR.STORES & PURCHASE OFFICER. E-mail: [email protected]

1.5 The Technical Bid will be opened same day i.e .at 15.00 hours in the presence of bidders or their authorized representative who choose to be present at:

Conference Hall National Institute of Science Communication & Information Resources, Dr K.S. Krishnan Marg (Near Pusa Gate), New Delhi-110 012.

SECTION – II

Scope of work and Specifications:

2.1. Introduction

4 The National Institute of Science Communication & Information Resources (NISCAIR) is a constituent unit of the Council of Scientific & Industrial Research (CSIR). The R&D Programmes being under taken at NISCAIR are geared towards meeting the information needs of the different segment of the society. Apart from bringing out a variety of scientific and technical publications, providing information services and training in Science Communication, NISCAIR undertakes consultancy work in designing, editing and publication of journals, books and reports etc.

NISCAIR is situated in Pusa Campus (near Pusa Gate), Dr K S Krishnan Marg, New Delhi- 110012. The campus of the Institute is spread over 2.4 hectare. It has a main building 1790.60m2 located almost in the centre of the Campus surrounded by front, back and side lawns. The main building has ground plus two floors.

2.2 Scope of Work including specifications and numbers of various systems

To provide trouble-free AMC services as per terms and conditions detailed in this tender document to our satisfaction for the Uninterrupted Power Supply Systems (UPS) and Constant Voltage Transformers (CVT). The Details regarding numbers of various kinds of UPSs and CVTs, their technical specifications, Manufacturer’s name are given below in annexures VIII & IX

SECTION - III INSTRUCTIONS TO BIDDERS 3.1 Bidders

This invitation for bids is open to all bidders from India only.

3.2 Cost of Bidding

5 The bidder shall bear all costs associated with the preparation and submission of its bid, the NISCAIR will in no case be responsible or liable for these costs, regardless of the conduct or the outcome of the bidding process.

3.3 The Bidding Documents

3.3.1 The services required, bidding procedures and contract terms are prescribed in the bidding documents. In addition to the invitation for bids, the bidding documents include:

(a) Instructions to bidders (b) Schedule of requirements (c) Specifications (d) General Conditions of Contract (e) Bid forms and price schedule

3.3.2 The bidder is expected to examine all instructions, forms, terms and specifications in the bidding documents. Failure to furnish all information required or submission of bid not substantially responsive to the bidding documents in every respect will be at the Bidder’s risk and may result in rejection of its bid.

3.4 Bids

The bids are to be prepared in two parts (a) Technical Bid along with EMD and (b) Financial Bid and be submitted in separate sealed envelopes contained in a sealed cover.

3.4.1 Technical Bid

The Technical bid submitted by the bidder must provide details in the following Model response format: Model Response Outline (Expertise and Maintenance Support Facilities with the Bidder) (i) Standing of Bidder —The bidder must have executed at least three similar kind of AMC’s during last 3 years. The sum of three orders in each year should amount to minimum of Rs 5 lakhs (documentary evidence should be provided) (ii) List of other Govt. Departments and Pubic Sector units for which the bidder is having the similar type of contracts ( Please attach a certificate regarding satisfactory performance of the contract ). (iii) Details regarding the list of Test Equipment and the profile of Engineers associated with the bidder. (iv) AMC capability provisions: (a) Number of Local Service Stations; (ii) Number of qualified Engineers available with the bidder. (v) Level of agreement with the proposed terms and conditions of this tender document (vi) Availability of all spare parts necessary for the proper and continued functioning of the systems (vii) Copy of the audited balance sheet of the bidder for the year 2003-2004 indicating the turn over under AMC(s) and the overall turn over (viii) Bidder will provide documentation establishing bidders capabilities and qualifications to satisfy NISCAIR that the bidder will assume the total responsibility for the satisfactory operation of the Systems proposed to be brought under AMC (ix) Details on procedures/systems (internet based preferred) for logging the complaint.

6 (x) Details of preventive services which firm shall be providing along with the frequency. (xi) Details of at least three other similar kind of AMCs of UPS of various capacities undertaken by the firm.

3.4.2. Financial Bid

(i) The financial bid shall indicate the Unit maintenance cost and total bid prices. (ii) Prices quoted by the bidder shall be fixed during the period of the contract and not subject to variation on any account. (iii) All prices and other information like discount, etc., having a bearing on the net price shall be written both in figures and words in the prescribed offer form. If there is discrepancy between the price, information quoted in words and figures, the price/information quoted in words will be treated as final.

3.4.3 Earnest Money Deposit (EMD)

(i) The bidder shall have to deposit EMD of an amount of Rs. 5,000/- (Rupees five Thousand only) in the form of Demand Draft in favour of The Director, NISCAIR, New Delhi along with their bids. Cheques will not be accepted. (ii) Any bid without EMD in accordance Clause 3.4.3(i) above will be rejected. (iii) Unsuccessful Bidder’s EMD will be returned as promptly as possible but not later than 30 days after the expiry of the period of bid validity prescribed in the document. (iv) The successful bidder’s EMD will be discharged when the bidder furnishes the performance security, pursuant to Clause 3.7.4. (v) The EMD may be forfeited:

(a) If a Bidder withdraws its bid during the period of bid validity specified by the bidder on the bid form; Or (b) In case of successful Bidder, if the bidder fails to furnish performance security in accordance with Clause 3.7.4

3.5 Submission of Bids

3.5.1 Sealing and Marking of Bids

(i) The bids shall be submitted in two separate sealed covers which shall be marked as “Technical Bid” and “Financial Bid” (ii) The outer envelope containing Technical Bid and Financial Bid and a draft for EMD shall be addressed to ‘The Director”, National Institute of Science Communication & Information Resources, Dr K S Krishnan Marg, New Delhi 110 012. (iii) The outer and inner envelopes shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared late or otherwise rejected for some other reasons. (iv) Telex, cable or facsimile bids will be rejected.

3.5.2 Deadline for Submission of Bids

(i) Bids must be received by NISCAIR at the address given in Section-I not later than the time and date specified on the cover page. In the event of the specified date for the

7 submission of bids being declared a holiday for NISCAIR, the bids will be received up to the appointed time on the next working day. (ii) The Director, NISCAIR may, at his discretion extend this deadline by amending the bid documents, in which case all rights and obligations of NISCAIR and bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

3.5.3 Late Bids

Any bid received by NISCAIR after the deadline for submission of bids prescribed by the NISCAIR will be rejected and/or returned unopened to the bidder.

3.6 Bid Opening and Evaluation

3.6.1 Opening of Technical Bids

NISCAIR will open all technical bids in the presence of bidders’ representatives, who choose to attend, at the time, on the date and at the place specified in Section-I. The bidders’ representatives present there, shall sign a register evidencing their attendance. In the event of the specified date of the bid opening being declared a holiday for NISCAIR, the bids shall be opened at the appointed time and location on the next working day.

3.6.2 Clarification of Bids

(i) During evaluation of the bids, NISCAIR may at its discretion, ask the Bidder for clarification of its bid. The request for clarification and the response shall be in writing and no change in price or substance of the bid shall be sought, offered or permitted. (ii) NISCAIR at its discretion may call the bidders for presentation/demonstration and may decide to visit the bidder’s premises for on site assessment of facilities and capabilities. (iii) No Bidder shall contact NISCAIR on any matter relating to its bid, from the time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional information to the notice of NISCAIR, it should be done in writing.

(iv ) Any effort by a Bidder to influence NISCAIR in its decisions on bid evaluation, bid comparison or contract award decisions may result in rejection of the Bidder’s bid.

3.6.3 Evaluation of Technical Bid

( i ) Prior to the detailed technical evaluation pursuant to clause 3.4.1, NISCAIR will determine the substantial responsiveness of each bid to the Bidding Documents. For purpose of these Clauses, a substantially responsive bid is one which conforms to all the terms and conditions of the Bidding Documents without material deviations.

(ii) A bid determined as not substantially responsive will be rejected by NISCAIR and may not subsequently be made responsive by the Bidder by correction of the non- conformity.

(iii) The Technical bid evaluation will be done on the basis of bidder’s response to “Model Response Outline” furnished in Section 3.4.1.

8 3.6.4 The bidders short-listed by NISCAIR based on evaluation of their technical bids may be called for detailed discussions to a team selected by NISCAIR for the purpose, at a specified date, time and venue, if needed.

3.6.5 Opening of Financial Bids

( i ) NISCAIR will open the Financial bids of only those bidders who have been found to be Technically qualified to undertake the job, pursuant to Clause 3.6.3.

(ii ) The Financial Bids of the technically qualified bidders shall be opened in the presence of their representatives, who choose to be present, on a specified date and time and Venue.

3.6.6 Evaluation and Comparison of financial Bids

( i ) Arithmetical errors will be rectified on the following basis: If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the Vendor does not accept the correction of errors, its bid will be rejected. If there is a discrepancy between words and figures, whichever is higher of the two shall be taken as the bid price. (ii) Bidders shall state their bid price for the payment schedule outlined in the Clause 4.6. Bidders are, however, permitted to state an alternative payment schedule and indicate the reduction in bid price they wish to offer for such alternative payment schedule. NISCAIR may consider the alternative payment schedule offered by the selected Bidder but it may not be binding on NISCAIR.

3.7 Award of Contract

3.7.1 Award Criteria

Subject to Clause 3.7.3, NISCAIR will award the Contract to the successful Bidder whose bid has been determined to be substantially responsive and has been determined as the best evaluated bid provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

3.7.2 Notification of award

( i) Prior to the expiration of the period of bid validity, NISCAIR will notify the successful

9 Bidder in writing by registered letter or by fax to be confirmed in writing by registered or hand delivered letter, that its bid has been accepted.

(ii) The notification of Award will constitute the formation of the Contract.

3.7.3 Signing of Contract

(i) At the same time as NISCAIR notifies the successful Bidder that its bid has been accepted, NISCAIR will send the Bidder the Contract agreement document, incorporating all agreements between the parties.

(ii) Within seven (7) days of receipt of the Contract document, the successful Bidder shall sign and date the Contract document and return it to NISCAIR.

3.7.4 Performance Security

(i) The Vendor should furnish performance security to NISCAIR for an amount of 10% of the contract price valid up to 60 days after the warranty period form a scheduled bank within 15 days after placement of order. The first payment will be released subject to the production of this document.

(ii) Failure of the successful Bidder to comply with the requirement of Clause 3.7.3 or Clause 3.7.4 (i) shall constitute sufficient grounds for the annulment of the award in which event NISCAIR may make the award to the next evaluated bidder or call for new bids.

(iii) The proceeds of the performance security shall be payable to NISCAIR as compensation resulting from the Vendor’s failures to complete its obligation under the contract.

3.7.5 Corrupt or Fraudulent Practices

(i) Vendors shall observe the highest standard of ethics during the procurement and execution of the contract.

(ii) NISCAIR will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.

(iii) NISCAIR will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for this bid, or in executing the contract.

3.7.6 Miscellaneous

(i) It will be imperative on each bidder to fully acquaint itself of all the local conditions and factors which would have effect on the performance of the work and its cost.

(ii) During the validity of this bid or during the extended period, if any, if the bidder provides the same or equivalent services to any other Department/ Organisation in

10 India at a price lower than the price fixed for NISCAIR, the bidder shall automatically pass on the benefits to NISCAIR.

(iii) NISCAIR reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for NISCAIR’s action.

3.8 Factors affecting the Award of Contract

(i) The bidder should have their own AMC support facilities. The support facilities should be fully owned and managed by the bidder. (ii) Conformity with the Request for Quotation required and conditions. (iii) The assessment based on the response to Technical Model Response Outline (iv) The assessment of the capability of the bidder to meet the terms and conditions (v) Tenderer incorporating additional conditions are liable to be rejected.

SECTION - IV

TERMS AND CONDITIONS OF CONTRACT

4.1 Definitions and Interpretation

In this contract, the following terms shall be interpreted as indicated:

(i) “The Contract” means the agreement entered into between NISCAIR and the Vendor as recorded in the Contract Form signed by the parties, including all the attachments and appendices thereto and all documents incorporated by reference therein; (ii) “The Contract Price” means the price payable to the Vendor under the Contract for the full and proper performance of its contractual obligations; (iii) “NISCAIR” means the organisation intending to get AMC services. It means and includes an officer who is authorised on behalf of the Director, National Institute of Science Communication & Information Resources, Dr K S Krishnan Marg (Near Pusa Gate), New Delhi 110012.

11 (iv) “The Vendor” means the firms providing AMC services under this Contract; (v) “The Site” means the NISCAIR Campus; and (vi) “Day” means calendar day.

4.2 Terms for Maintenance of UPSs and CVTs (Comprehensive maintenance with parts)

i. The firm shall, preferably, ensure a visit by the Engineer on daily basis ii. All the components required to be replaced will be of manufacturer’s make or of equivalent quality. iii. The breakdown maintenance call shall have to be attended within four hours and the machine will have to be set functional within twenty four hours failing which the firm has to arrange for the alternative system till it is repaired. iv. In case, if the above condition 4.2(iii) is not complied with, a penalty @ Rs. 200/- per day per UPS or CVT will be levied on the bidder/contractor. The amount of penalty will be recovered from Bank Guarantee/performance security or from the quarterly bill given by the contractor. 4.3 General Terms & Conditions of the Contract

1. Rates should be quoted for Annual Maintenance Contract with parts except Battery (Comprehensive-cum-Preventive) as well as on per call basis. 2. Tenders received without Earnest Money will not be considered. 3.Tenderers are to enclose a pre-receipt towards the receipt of their earnest money so that the same may be returned to un-successful Tenderers. 4.Earnest Money is liable to be forfeited if the Tenderer selected for the work fails to confirm the acceptance of the order within seven days from the date of intimation to that effect or fails to start the work from the date of commencement given in the work order. 5.The Earnest Money can be adjusted against the Performance Security Deposit, to be

furnished by the successful Tenderer. 6.The Performance Security Deposit would be refunded after the successful completion of AMC and no interest would be paid. 7.On completion of the AMC period, if NISCAIR decides, Annual Maintenance Contract (AMC) may be extended for six more months. 8.The quality of Services will be reviewed after every 3 months and payment will be made only when the services are found to be satisfactory as per the terms and conditions of this contract. 9.If at any stage, the service of the firm to whom the contract is awarded, is found not satisfactory, The Director, NISCAIR, reserves the right to terminate the contract with IMMEDIATE effect without assigning any reasons.

4.4 Acceptance Certificate

The Vendor will test all the systems offered to him by NISCAIR for AMC and give his acceptance to provide services under AMC based on their proper functioning

4.5 Nodal Group

12 A nodal group of NISCAIR employees will be formed to supervise the AMC services provided under this AMC contract.

4.6 Payment Conditions 4.6.1 Payment will be made only after 3 months i.e. on quarterly basis . 4.6.2 Payment of each quarter will be made after ensuring that AMC services have been satisfactory during the period.

SECTION –V ANNEXURES/ FORMATS FOR BID SUBMISSION Annexure - 0

Checklist for Bid Submission

The following check-list must be filled in and submitted with the bid document:

EMD Demand Draft enclosed Yes/No

Technical Bid:

1. Has the bid document been issued to you? Yes/No 2. Have you attached the bid form shown in Annexure-I Yes/No 3. Have you attached a copy of the last audited balance sheet of your firm Yes/No 4. Have you attached the details of the income tax registration and latest Yes/No

13 income tax clearance certificate? 5. Have you provided details of your maintenance infrastructure facilities Yes/No including addresses of the service centers in the format specified in Annexure-III? 6. Have you attached the technical details of the services being offered as a Yes/No part of this bid document (ANNEXURE VI)? 7. Have you attached the copies of relevant work orders executed during the Yes/No last five years?

Financial Bid:

8. Have you attached the bid form in the format shown in Annexure-IV? Yes/No 9. Have you attached the price schedule for the services offered in the Yes/No format specified in Annexure -V? 10. Have you attached the statement regarding continuation of AMC after one Yes/No year in the format as specified in Annexure VII?

Please arrange your bid document for each part as given below:

EMD Demand Draft

TECHNICAL BID:

1. Bid Form (Annexure –I); below that 2. Copy of the last audited balance sheet of the company; below that 3. Income tax registration details and latest income tax clearance certificate; below that 4. Technical details of the services offered (ANNEXURE VI); below that 5. Details of service centers at New Delhi (Annexure-III); below that 6. Copies of relevant work orders

FINANCIAL BID:

14 1. Bid Form (Annexure -IV); below that 2. Estimated quantity and Financial Bid Analysis (Annexure -V); below that 3. Price schedule for continuation of AMC beyond one year (Annexure-VII)

ANNEXURE –I

BID FORM (Technical Bid)

(To be submitted on the firm’s letter head and signed by an authorised person)

To

The Director National Institute of Science Communication & Information Resources Dr K S Krishnan Marg New Delhi 110 012

Ref: Bid document No. dated------

Sir,

15 Having examined the bidding documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide AMC services as per the schedule of requirements and in conformity with the said bidding documents.

We undertake, if our bid is accepted, to provide AMC services in accordance with the schedule specified in the bidding documents.

If our bid is accepted, we will submit a bank guarantee for the sum equivalent to 10% of the Contract Price for the due performance of the Contract, in the form prescribed by the National Institute of Science Communication & Information Resources.

We agree to abide by this bid for a period of Ninety days after the date fixed for opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

1. We hereby offer to provide AMC services at the cost as mentioned in the Financial Bid.

2. We enclose herewith the complete Technical Bid as required by you. This includes:  Bid form  Copy of the last audited balance sheet of the company.  Details of income tax registration and Income tax clearance certificate  Proof of Manufacturer’s authorisation.  Technical details of the goods and services offered  Details of local service centers  Copies of relevant work orders  Other informative material about our products and services

3. We have carefully read and understood the terms and conditions of the bid document and the conditions of the contract applicable to the bid document and we do hereby undertake to accept the same as per these terms and conditions.

4. Certified that the bidder is: a sole proprietorship firm and the person signing the bid document is the sole proprietor/constituted attorney of the sole proprietor, Or a partnership firm, and the person signing the bid document is a partner of the firm and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtue of general power of attorney, Or a company and the person signing the document is the constituted attorney.

(NOTE: Delete whatever is not applicable. All corrections/deletions should invariable by duly attested by the person authorised to sign the bid document)

5. We do hereby undertake, that, until a formal AMC order is prepared and executed, this bid, together with your written acceptance thereof and placement of letter of intent awarding the AMC order, shall constitute a binding contract between us.

16 Dated this day of 2005 Signature of Bidder

Details of enclosures. Full Address: ______Telephone No.______

Telegraphic Address:______

Fax No. ______E-mail ______

COMPANY SEAL

ANNEXURE-II

PROFORMA FOR BANK GUARANTEE FOR PERFORMANCE SECURITY (To be stamped in accordance with the stamp act)

Ref: ______Bank Guarantee No.______

To The Director National Institute of Science Communication & Information Resources Dr. K.S. Krishnan Marg, New Delhi 110 012

Dear Sir, In accordance with the Award of AMC Contract at NISCAIR, M/s______(hereafter called the Vendor) having their Registered/Head Office at______wish to avail the same. As an irrevocable Bank Guarantee against the maintenance services provided for an amount of Rs…………………... (Rupees ______), equivalent to the 10% of the contract price is required to be submitted by the Vendor as a condition precedent for the award of contract, which amount is liable to be forfeited/adjusted on the happening of any of the following:

1. If the Vendor withdraws his contract during the period of contract specified by the Vendor on the bid form.

17 2. If the Vendor, having been accepted the Award of contract (a) fails or refuse to execute the contract within the stipulated time, i.e., 10 days (b) fails or refuse to provide the satisfactory maintenance services during the contract period.

We, the ______Bank at having our head office at______and local office______Guarantee and undertake to pay immediately on demand by National Institute of Science Communication & Information Resources, the amount of Rs…………………….. (Rupees______) without any reservation, protest, demur and recourse. Any such demand made by National Institute of Science Communication & Information Resources shall be conclusive and binding on us, irrespective of any dispute or difference raised by the Vendor.

The Guarantee shall be irrevocable and shall remain valid up to______, if any further extension of any guarantee is required, the same shall be extended to such required period on receiving instructions from M/s______on whose behalf this guarantee is issued.

In witness whereof the bank through its authorised officer, has set its hand and stamps on this ______day of ______, 2005.

Witness: 1) Signature: ______2. Signature ______Name ______Name ______Address ______Address ______

Signature Name: (Designation with stamp) ANNEXURE - III

MAINTENANCE INFRASTRUCTURE FACILITIES INCLUDING ADDRESSES OF THE LOCAL SERVICE CENTERS

LOCATION Address of the Name of the Total No. of Remarks Service Center Contact Person with qualified Telephone No., Fax Service No. and E-mail Engineers

18 Signature of the Bidder

Name: Date: Place Business Address:

ANNEXURE - IV

Bid Form (Financial Bid) (on the letter head of the firm submitting the bid document)

To

The Director National Institute of Science Communication & Information Resources Dr K S Krishnan Marg New Delhi - 110012

Ref: Bid document No dated------

Sir,

Having examined the bidding documents and having submitted the technical bid for the same, we, the undersigned, hereby submit the financial bid for providing AMC services as per the schedule of requirements and in conformity with the said bidding documents.

We hereby offer to provide AMC Services at the prices and rates mentioned in the Commercial Bid.

19 We do hereby undertake, that, in the event of acceptance of our bid, the AMC Services shall be made as stipulated in the schedule to the Bid document and that we shall perform all the incidental services.

We enclose herewith the complete Financial Bid as required by you. This includes:

 Bid Letter  Price Schedule  Price schedule for providing AMC for extended period up to 3 years

We agree to abide by our offer for a period of 90 days from the date fixed for opening of the bid documents and that we shall remain bound by a communication of acceptance within that time.

We have carefully read and understood the terms and conditions of the bid document and we do hereby undertake to supply as per these terms and conditions. The Financial Deviations are only those mentioned in the statement of deviations from financial terms and conditions.

Certified that the bidder is: a sole proprietorship firm and the person signing the bid document is the sole proprietor/constituted attorney of sole proprietor, Or a partnership firm, and the person signing the bid document is a partner of the firm and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/ by virtue of general power of attorney, Or a company and the person signing the bid document is the constituted attorney.

(NOTE: Delete whatever is not applicable. All corrections / deletions should invariably be duly attested by the person authorised to sign the bid document.)

We do hereby undertake, that, until a formal work order is prepared and executed, this bid, together with your written acceptance thereof and placement of letter of intent awarding the work order, shall constitute a binding contract between us.

Dated this day of ______2005 Signature of Bidder

20 Details of enclosures Full Address: Telephone No. Telegraphic Address: Fax No. E-mail:

COMPANY SEAL

ANNEXURE – V ESTIMATED QUANTITY AND FINANCIAL BID ANALYSIS For Comprehensive maintenance contract with parts (Except Battery) S.No Item Unit AMC Estimated Total Value . Cost Quantity 2 5 1 3 4

UPSs:

500 VA

600/625/650 VA

750VA

1 KVA

1.5/2 KVA

5 KVA

10 KVA

21 CVTs:

1 KVA

2KVA

5KVA

10 KVA

15 KVA Total Cost

NOTE ( i ) For Financial bid comparison total value in Col. No. 5 shall be the basis. (ii) The Bid should have col. 3  col. 4 = col. 5. Any error in the Table of any bidder is liable to be out rightly rejected. (iii) In case of discrepancy between unit price and total price, the unit price will prevail.

(Signature of the bidder with seal ) Name: Date:

ANNEXURE – VI

STATEMENT OF TECHNICAL SERVICES For Comprehensive maintenance contract with parts Dear Sir,

Following are the Technical details of the services offered under the contract.

Sl. No. Item Component Covered *Component Not **Remarks under AMC. Covered under AMC 1 2 5 3 4

I Uninterrupted All except those Power Supply mentioned under System column 4 of this table

II Constant All except those Voltage mentioned under Transformers column 4 of this table

22 (Signature of the bidder)

Name: Place: Date: Seal

*Components not mentioned in this column will be presumed to be covered under AMC ** Mention deviations, if any, from the terms of contract.

ANNEXURE - VII

PRICE SCHEDULE FOR CONTINUATION OF AMC BEYOND 31.3.2002

S.No. Description of items Qty Annual AMC Cost Total Annual Cost for Continuation of AMC up to another three years Rs.(in figures) Rs. (in words) Rs. in Rs. in figures words

23 (Signature of the bidder)

Name: Place: Date: Seal:

24

Recommended publications