Supply and Installation of Energy Dispersive X-Ray Fluorescence (Edxrf) Spectrometer at Regional Forensic Science Laboratories, Hubli

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 37

Government of Karnataka

Directorate of Forensic Science Laboratories,


Bengaluru

REQUEST FOR PROPOSAL

SUPPLY AND INSTALLATION OF ENERGY DISPERSIVE X-RAY


FLUORESCENCE (EDXRF) SPECTROMETER AT REGIONAL
FORENSIC SCIENCE LABORATORIES, HUBLI

Office of the Additional Director General of Police,


(Crime & Technical Services)
Nrupatunga road, Bangalore -560001
Phone: 080-22942839, Email: adgpcts@ksp.gov.in

Page 1 of 37
TABLE OF CONTENTS

Sl. Particulars Page No.


No.
1 TENDER NOTIFICATION 3
SECTION I – INFORMATION TO BIDDERS
1 SCHEDULE OF REQUIREMENT 4
2 ELIGIBILITY CRITERIA 7
3 SUBMISSION OF TENDER 10
4 PRODUCT DEMONSTRATION 12
5 EVALUATION OF TECHNICAL BIDS 12
6 EVALUATION OF FINANCIAL BIDS 12
7 FINAL SELECTION OF THE BIDDER AND AWARDING OF THE CONTRACT 12
SECTION II– TERMS OF THE CONTRACT
1 TERMS OF THE CONTRACT 13
SECTION III– BID DOCUMENTS
1 Annexure A Details of the Bidder 17
2 Annexure B Certificate of Turnover by CA 18
3 Annexure C Statement of Supplies(Past performance) 19
4 Annexure D Format of Authorisation letter from OEM ( to be submitted by 20
the bidders in case of Authorised Dealers/distributors)
6 Annexure E Service Centres in Karnataka. 21
7 Annexure F Format of EMD Declaration 22
8 Annexure G Format of Affidavit/Undertaking. 23
9 Annexure H Format of Financial Bid 25
SECTION IV – SPECIFICATIONS
1 APPENDIX -1 SPECIFICATYIONS, SCOPE OF THE WORK, FUNCTIONAL & 26
TECHNICAL REQUIRMENTS
SECTION V – REFERENCE DOCUMENTS
1 APPENDIX -2 SERVICE LEVEL AGREEMENT FORMAT 31
2 APPENDIX -3 CONTRACT FORM 35
3 APPENDIX -4 PERFORMANCE SECURITY BANK GUARANTEE FORM 36
Note: Appendix from 2 to 4, relating the post award of the Contract are for reference only,
and subject to modifications as necessary at the time of execution of the Contract
keeping in view the interest of the procurement entity.

Page 2 of 37
Office of the
Additional Director General of Police (C&TS)
Nrupatunga road, Bangalore -560001
Phone: 080-22942839, Email: adgpcts@ksp.gov.in

TENDER NOTIFICATION

SUPPLY AND INSTALLATION OF ENERGY DISPERSIVE X-RAY FLUORESCENCE


SPECTROMETER(EDXRF)AT REGIONAL FORENSIC SCIENCE LABORATORIES, HUBLI

The Additional Director General of Police (C&TS),invites tender in two cover system for supply
and installation ofEnergy Dispersive X-ray Fluorescence (EDXRF) spectrometerat Regional
Forensic Science Laboratories, Hublithrough e-procurement portal of Government of Karnataka
(https://eproc.karnataka.gov.in). Prospective suppliers willing to participate in this tender shall
necessarily register themselves with above mentioned e procurement portal.

TENDER SCHEDULE

1 Tender No and Date : No. POLICE/2021-22/IND2670 Dt. 25/11/2021

2 Last date for Tender Queries : 29/11/2021 17:00 Hrs

3 Pre Bid Meeting Date, Place and Time : 30/11/2021 11:00 Hrs

Last date & Time for submission of


4 : 04/12/2021 17:00 Hrs
Tender

5 Date & Time of opening of Technical bid : 07/12/2021 10:00 Hrs

Tentative Date & Time of opening of


6 : 09/12/2021 10:00 Hrs
Commercial bid
Bidder should submit Declaration as per GOK
5 EMD : notification No. FD 675 EXP-12/2020 Dt.
22/12/2020
Office of the
Venue of pre-bid meeting, opening of Additional Director General of Police, Crime and
6 :
tenders & address for communication Technical Services, Nrupatunga Road, Bengaluru
560001

Prospective suppliers willing to participate in this tender can down load the bid
documents with visiting the web site http://e-proc.karnataka.gov.in.
Department’s right to accept/ reject in any conditions in all Tenders without assigning any reasons
is reserved.

Sd/-

Additional Director General of Police


Crime and Technical Services, Bengaluru.
(Tender Inviting Authority)

Page 3 of 37
SECTION I – INFORMATION TO BIDDERS

1. SCHEDULE OF REQUIREMENT

Sl.
Particulars Quantity
No.
1 SUPPLY AND INSTALLATION OF ENERGY DISPERSIVE X-
RAY FLUORESCENCE (EDXRF) SPECTROMETERAT
REGIONAL FORENSIC SCIENCE LABORATORIES, HUBLI 1 No.

1.1. The primary goal of this RFP is to select eligiblebidderfor Supply and Installation of
Energy Dispersive X-ray Fluorescence spectrometer (EDXRF) at Regional Forensic
Science Laboratories, Hubli. This RFP intends to provide all the details with respect to
the specifications and other requirements that are deemed necessary to share with the
prospective vendors. The detailed scope of work, Functional and Technical
Requirements, Service Level Agreement, Contract Agreement, etc are given in
Appendix.
1.2. The estimated bid value shown is inclusive of Taxes, installation and other incidental
expenditure and comprehensive maintenance support during the period of Warranty
as per the terms and conditions of the tender.
1.3. The Bidder should quote for entire tender package i.e., Supply, Installation, Integration
of EDXRFat Regional Forensic Science Laboratories, Hubliwith necessary Software,
Hardware and accessoriesand Maintenanceduring the period of Warranty as per the
terms and conditions of the tender. No partial offers will be accepted.
1.4. The companies shortlisted on the basis meeting minimum eligibility criteria must
demonstrate or make a detailed presentation on theoffered products, features and
functionality, during the Technical proposal stage before final selection. The
demonstration/presentation would be part of the technical evaluation during the
technical/financial bid process and the companies short-listed must be prepared to
bear the costs for the same.
1.5. The Agency must be able to commit to engaging with Directorate of Forensic Science
Laboratories (DFSL) at least 5 years.
1.6. DFSL shall be the final authority with respect to selection of a shortlisted vendor
(Successful bidder,) through this RFP. Their decision with regard to the choice of the
Successful bidder who qualifies through this RFP shall be final and DFSL reserves the
right to reject any or all the bids without assigning any reason. DFSL further reserves
the right to negotiate with the selected agency to enhance the value through this
project and to create a more amicable environment for the smooth execution of the
project.
2. GENERAL
2.1. Participants declared by Karnataka Police Department to be ineligible to
participate for unsatisfactory past performance, corrupt, fraudulent or any other
unethical business practices shall not be eligible.

Page 4 of 37
2.2. Breach of general or specific instructions for bidding, general and special conditions of
contract with Karnataka Police Department or any of its other client organizations
during the past 5 years may make a firm ineligible to participate in RFP bidding process.
2.3. The last date and time for submission of tenders is as shown in e-procurement portal.
The opening of technical bid will be held at this office on the date as mentioned in e-
Procurement portal. The commercial bids will be opened after completion of
evaluation of the Technical bids.
2.4. It will be the responsibility of each Bidder to fully acquaint themselves with the local
conditions and other relevant factors at the proposed sites which would have any
effect on the performance of the contract and / or the cost. The Bidders are advised to
visit the proposed locations (at its own cost) and due-diligence can be conducted
before the pre-bid meeting/ bid-submission.
2.5. Failure to obtain the information necessary for preparing the bid and/or failure to
perform activities that may be necessary for providing services before entering into
contract will in no way relieve the successful Bidder from performing any work in
accordance with the Tender documents.
2.6. It will be imperative for each Bidder to fully inform themselves of all legal conditions
and factors which may have any effect on the execution of the contract as described in
the bidding documents.
2.7. It is the responsibility of the Bidder that such factors have properly been investigated
and considered while submitting the bid proposals and that no claim whatsoever
including those for financial adjustment to the contract awarded under the bidding
documents will be entertained by the DFSL and that neither any change in the time
schedule of the contract nor any financial adjustments arising thereof shall be
permitted by the DFSL on account of failure of the Bidder to appraise themselves of
local laws and site conditions.
2.8. The tender documents can be downloaded from the e-Procurement portal of
Government of Karnataka and submitted online through eProcurement Portal only.
2.9. For any clarification, the bidders are requested to contact Office of the Additional
Director General of Police (C&TS), Bengaluru, Phone: 080-22942839, Email:
adgpcts@ksp.gov.in OR office of the Director, DFSL, Madiwala, Bengaluru. Phone: 080-
22943346, directorfsl@ksp.gov.in.
3. Pre-bid Meeting
3.1. A Pre-bid meeting with the prospective bidders will be held by the tender inviting
authority at the office of Additional Director General of Police (C&TS), Bangalore -
560001, on the date as indicated in the Tender Notification
3.2. The bidders should ensure that their queries for the pre-bid meeting reach at least two
days prior to the meeting date on the e-mail ID aaocts08@gmail.com,
adgpcts@ksp.gov.inin the following format.

Reference/ Clarification
S. N Section No. Clause No. Page No.
Subject Sought

.. .. .. .. ..

3.3. Only onerepresentative authorized by the company will be permitted to attend the
meeting.
Page 5 of 37
4. Response to Pre-bid queries and Amendment of RFP Document
4.1. Queries strictly relating to this RFP will only be answered. ADGP(C&TS)neither makes
representation or warranty as to the completeness of any response made in good faith,
nor does ADGP(C&TS) undertake to answer all the queries posted by the bidders.
4.2. At any time prior to the last date of receipt of bids, Karnataka State Police or
ADGP(C&TS) may for any reason, whether on their own initiative or in response to the
queries posed by the bidders, modify the RFP document by a corrigendum.
4.3. At any time the Tender inviting authority may, for any reason, whether at own initiative
or in response to a clarification requested by a prospective Bidder, modify the bidding
document by amendment. All the amendments made in the document would be
published in the website of https://eproc.karnataka.gov.in . The bidders are also
advised to visit the aforementioned website on regular basis for checking necessary
updates. The Tender inviting authority also reserves the rights to amend the target
dates mentioned in this RFP for bid process.
5. Authentication of Bid
The "Bidder" as used in the RFP shall mean the one who has signed the Bid document forms.
The Bidder may be either the Principal Officer or the duly Authorized Representative of the
Bidder, in which case Bidder shall submit an Authorization Certificate. All certificates and
documents (including any clarifications sought and any subsequent correspondences)
received hereby, shall be furnished and signed by the authorized representative or the
Principal.
6. Proposal Preparation Costs
The bidder is responsible for all costs incurred in connection with participation in this
process, including, but not limited to, costs incurred in conduct of informative and other
diligence activities, participation in meetings/discussions/presentations, preparation of
proposal, in providing any additional information required by DFSL to facilitate the
evaluation process, and in negotiating a definitive Service Agreement and all such activities
related to the bid process.
7. Language of Bids
The Bids prepared by the Bidder and all correspondence and documents relating to the bids
exchanged by the Bidder and DFSL, shall be written in the English language, provided that
any printed literature furnished by the Bidder may be written in another language so long
the same is accompanied by an English translation in which case, for purposes of
interpretation of the bid, the English translation shall govern.
8. Validation of interlineations in Bid
The bid shall contain no interlineations, erasures or overwriting except as necessary to
correct errors made by the Bidder, in which case such corrections shall be attested by the
person or persons signing the bid.

Page 6 of 37
9. ELIGIBILITY CRITERIA
Sl Documents to be furnished by the Bidder in
Eligibility Criteria
No. support of Eligibility Criteria
1 The bidder should be the Original Equipment a) Company Registration certificate/s
Manufacturer (OEM) or an authorized dealer of b) Proof of experience in supply of EDXRF for
the OEM for supply of EDXRF with supply minimum 3 years(with copy of the Purchase
experience of minimum 3 years to any of the order issued by any of the Government
Government Organization of State/Central Government
Department/Organization/Undertaking in the in India, with Satisfactory Completion
India. Certificate.
c) Details of the Bidder shall be submitted as
per Annexure A
In addition to the above documents, in case of:
d) The bidder being OEM shall submit an
undertaking in their letter head that they
are OEM of the product offered in the
Tender.
e) The bidder being Dealer, the bidder should
furnish the OEM Certification/
Manufacturer Authorization Certificate
issued by the OEM specific for this tender
and tendered item/s, authorizing them for
participating in the current Tender as per
Annexure D.
2 Towards financial capability, the bidder should All the documents below for 3 years:
have Average Annual turnover of Rs. 120 Lakhs, a) Audited Statement of Accounts viz.. Balance
during preceding 3 years i.e., 2018-19, 2019-20 Sheet, Trading/Profit and Loss Account
& 2020-21 b) IT Returns
c) Certificate issued by the CA as per Annexure
B
3 Towards Performance capability, the bidder All the documents below:
should have supplied EDXRF/WDXRF/XRD a) Copies of the Purchase/work orders
equipment to the extent of Rs. 60 Lakhsduring b) Satisfactory completion certificate issued by
the period2018-19, 2019-20 & 2020-21 either in
the Client (Must tally with the work orders
single or multiple orders to any of the
furnished)
Government Department/ Government
Undertaking/ Government Organization in India c) Furnish the details as per format in Annexure
C.
4 The bidder should have a support office/Service List of Service Centres in Karnataka, along with
Centres in Karnataka, preferably in Bangalore as the GST registration Certificate of the Service
on the date of tender submission. Centre/Centres and Complete escalation matrix
and Response time as per Annexure E
If support/service center is not already there at
the time of bidding, successful bidder/OEM shall
have to establish one within 30days of award of
contract. An undertaking shall be furnished in
this regard in Annexure E. Payment will be
Page 7 of 37
released only after submission of documentary
proof of having functional support/service
centre in Karnataka.
5 The bidder should have valid documentary proof GST Registration certification along with the GST
of GST registration remittance returns for a period of 3 months up
to 31st December 2020
6 The bidder should agree
a) To demonstrate or make a detailed
presentation on the offered products,
features and functionality, during the
Technical proposal stage. The bidder should
have adequate manpower for installation,
technical support & for training the
department officials as per Project
deliverables
b) The bidder should agree for Comprehensive
onsite warranty for a period of minimum 3
yearsfrom the date of installation, Training
&Go Live for all the supplies. The Warranty
should carry service and maintenance, Affidavit as per format in Annexure G
replacement of hardware/software/spares
free of cost.
c) The bidder should provide adequate spares
and service support during the period of
Warranty, and agree for entering into Annual
Maintenance Contract (AMC) or Software
Maintenance support (whichever
applicable)at the rate not more than 4% of
contract price per annum, after the
completion of the Warranty period.
d) Ensure availability of service/spares for at
least next 5 years for the products offered
after completion of the Warranty period
7 a) The Bidder should undertake that the
System/Software supplied by the vendor is
genuine and does not contain used or any
refurbished parts.
b) The bidder / OEM should not have been
debarred/blacklisted by any State
Government, Central Government, Central & Affidavit as per format in Annexure G
State Govt. Undertakings/ enterprises/
Organizations and by any other Quasi
Government bodies/ Organizations, World
Bank / Govt E-marketing portal or any major
Enterprise / Organization in India for non-
satisfactory performance, corrupt
&Fraudulent or any other unethical business

Page 8 of 37
practices, not meeting critical
conditions/security clearance etc.
c) The bidder should not be under liquidation;
court receivership or similar proceedings and
should not be bankrupt.
8 The Products offered by the bidder shall meet The bidder should submit the following
the specification as per Appendix I of the Bid document along with Bid documents.
Document. a) Detailed description of the essential
technical and performance characteristics of
the equipment/hardware/software being
offered.
b) Item-wise comparative statement of the
technical specifications mentioned in the
tender document Appendix I vis-à-vis
technical specifications of the
equipment/hardware/software proposed to
be supplied by the tenderer.
c) A copy of the equipment brochure for each
equipment/hardware/software to be
provided.
d) The Bidder/OEM is either the owner of the
Intellectual Property Rights for the
Hardware/software/ features/functions
being incorporated in the products supplied,
or they have the proper authorization
and/or license from the original owner of
such Intellectual Property Rights.
9 The bidder from such countries sharing a land If the bidder is sharing a Land border with India
border with India will be eligible to participate then Registration Certificate and Model
only if the bidder is registered with the Certificate issued by the Competent Authority
Competent Authority as per the Directions of the to be obtained as specified vide Office
Ministry of Finance Government of India. Memorandum No. F.No.6/18/2019 - PPD issued
by Ministry of Finance, GOI dt.23rd July 2020
and GO of GoK vide No. FD 455 Exp-12 2020
Bengaluru Dated:25.08.2020. A declaration has
to be submitted in Compliance regarding
restrictions on public procurements from
bidders of countries which shares a Land Border
with India, in the form of Affidavit as per
Annexure G
10 Earnest Money Deposit: Exempted Bidders should submit Declaration as per GOK
notification No. FD 675 EXP-12/2020 Dt.
22/12/2020
11 Consortiums are not allowed to participate in Should comply
the Tender

Page 9 of 37
10. SUBMISSION OF TENDER
10.1. Interested parties with relevant experience to undertake supply and installation of
EDXRFwith necessary Software, Hardware and accessories at Regional Forensic Science
Laboratories, Hublias per the scope of the work and meeting eligibility criteria are
required to submit their technical and Commercial bids through e-portal
10.2. The Name of the Bidding entity and authorized signatoryof the tender shall be as
registered in the E-portal of the Government of Karnataka and shall be uniform/same
across all the supporting documents submitted by the bidder. The supporting
documents submitted towards various eligibility criteria like turnover, past
performance, licenses, Registration certificates etc., having different names(such as
variation in spellings, words, names of sister/associated companies or Group of
companies) will not be considered for evaluation and the such bids will be subject to
disqualification. In case of change in the name of the Bidding entity itself during the
timeline due to Management decisions, amalgamation, acquisition etc.., necessary
amendment documents as approved by the Government authority shall be submitted
along with Technical documents. Otherwise, the bids are subject to rejection. In case
of tender being signed by other than the Authorized signatory registered in the E-
portal, the bidder shall submitnecessary General Power of Attorney issued by the
Authorized signatory for signing of the Tender documents and submission on his
behalf.
10.3. The bidder under no circumstances will be allowed to update/amend or furnish
additional documents in support of eligibility criteria/specification etc., after opening of
the Technical bids. Only the document submitted through e-portal will be considered
for evaluation of the bids. However, the tender inviting authority reserves the right to
seek clarifications/additional information/documents from the bidder for cross
verification during the course of evaluation, if necessary.
11. First Cover - Technical Bid
11.1. Details of the Bidder and undertaking: As per Annexure A
11.2. All the documents in support of meeting minimum eligibility criteria at Clause (9)
11.3. Undertaking as perAnnexure G in Rs. 100 Stamp paper, duly notarized.
11.4. The scanned copies of each page of the tender shall be signed and seal affixed by the
authorized signatory of the tender.
11.5. The Documents against each criterion shall be in the PDF/JPG format. The information
contained in the documents shall be clear, legible and printable form, in the A4 size.
11.6. In case the documents under single criteria are having multiple pages/files; the same
shall be compressed with ZIP/WinRAR format and be uploaded.
11.7. The tender inviting authority reserves the right to call for original copies of documents
submitted against technical bid if necessary, for cross verification, like Audited Financial
Statements, Certificates issued by Chartered accountant/competent authorities etc.
11.8. Earnest Money Deposit: Payment of EMD is exempted against submission of
Declaration as per latest GOK notificationNo. FD 675 EXP-12/2020 Dt. 22/12/2020.
12. Second Cover - Financial Bid
12.1. Prices shall be quoted only in Indian Rupees (INR).
12.2. The end price quoted shall include GST, cost of package, transportation and delivery,
installation, commissioning at Regional Forensic Science , Hubliand comprehensive
maintenance support (during Warranty period)as applicable. The breakup of amount of
GST, Packing and Transportation shall be indicated separately as per the provisions
provided in the E-portal.The charges towards post warranty Annual maintenance
Page 10 of 37
Contract shall not be included in the product price and shall be quoted separatelyas per
the provisions provided in the E-portal.
Note: The buyer organization is an institution eligible for concessional rates of GST as
notified by the Government of India. A certificate to this effect will be issued by buyer
to the Seller after award of the contract. Customs duty exemption certificate also will
be issued, if applicable. Sellers are requested to submit their bids after accounting for
the Concessional rate of GST and DSIR exemption. Applicable Concessional rate of GST:
5%.
12.3. The Bidder shall indicate prices for various components as per formats prescribed in
this tender document. Prices should be shown separately for each item as detailed in
the Commercial bid format. All software license costs for Applications, Embedded
software, Operating Systems, Plug-ins, Scripts, Utilities and all other associated
software components shall be inclusive of the total price bid of the bidders.
12.4. The price components furnished by the Bidder will be solely for the purpose of
facilitating the comparison of bids by DFSL and will not in any way limit the DFSL’s right
to negotiate on any of the terms offered.
12.5. Prices quoted in the bid must be firm and final and shall not be subject to any upward
modifications, on any account whatsoever. However, DFSL reserves the right to
negotiate the prices quoted in the bid to effect downward modification.
12.6. The Bidder shall prepare the bid based on details provided in the RFP. It must be clearly
understood that the scope of work is intended to give the bidder an idea about the
order and magnitude of the work and is not in any way exhaustive and guaranteed by
the DFSL. The Bidder shall carry out all the tasks in accordance with the requirement of
the RFP and it shall be the responsibility of the Bidder to fully meet all the
requirements of the RFP.
12.7. The Contract price shall be the only payment, payable by DFSL to the successful bidder
for completion of the contractual obligations under the Contract, subject to the terms
of payment specified in the contract. The price would be inclusive of all applicable
taxes, duties, charges and levies, unless specified otherwise.
12.8. The prices, once offered, must remain fixed and must not be subject to escalation for
any reason whatsoever within the period of contract. A proposal submitted with an
adjustable price quotation or conditional proposal may be rejected as non-responsive.
12.9. The current statutory tax rates shall be used for the quotes in the commercial bid.
During the operation and maintenance, if the tax rate increases, then DFSL shall bear
the extra cost. However if the tax rate decreases the discount shall be passed on by the
Bidder to DFSL.
12.10. Prices in any form or by any reason should not be revealed by the bidder or their
representatives before opening the Commercial Bid, failing which the offer shall be
liable to be rejected.
13. MODIFICATION AND WITHDRAWAL OF BIDS
13.1. No bid may be altered / modified subsequent to the closing time and date for receipt
of bids. Unsolicited correspondences from Bidders will not be considered.
13.2. No bid may be withdrawn in the interval between the last date for receipt of bids and
the expiry of the bid validity period as specified in the RFP. Withdrawal of a bid during
this interval may result in the Bidder’s forfeiture of its EMD and the DFSL may initiate
additional punitive measures including but not restricted to blacklisting of the bidder

Page 11 of 37
14. RIGHTS TO THE CONTENT OF THE PROPOSAL
All proposals and accompanying documentation of the Technical proposal will become the
property of DFSL, and will not be returned after opening of the technical proposals. DFSL is
not restricted in its rights to use or disclose any or all of the information contained in the
proposal and can do so without compensation to the bidders. DFSLshall not be bound by any
language in the proposal indicating the confidentiality of the proposal or any other
restriction on its use or disclosure
15. PRODUCT DEMONSTRATION:
As a part of Technical evaluation, the bidder shall demonstrate or make a detailed
presentation on theoffered products, features and functionality, during the Technical
proposal stageas required by the Tender inviting authority, on no cost no commitment basis
to confirm meeting the tender specification, field performance, compatibility with the
existing system, features and functionalities as per the technical literature submitted by the
bidder along with the Bid documents.
15.1. Only the bidders meeting the minimum eligibility criteria at clause (9) will be invited
for the Presentation/demonstration.
15.2. The bidder shall be ready to make presentation/demonstrationon any day with ‘One
week Notice’, immediately after opening of the Technical bids.
15.3. The Tender inviting authority reserves the rights to record/photograph/videograph the
complete process of presentation/demonstration as a part of tender evaluation and
any bidder restricting this action for what so ever the reason will be debarred from the
presentation/demonstration and their offer stands rejected.
16. EVALUATION OF TECHNICAL BIDS
16.1. The Technical bids are evaluated based on the:
16.1.1. Eligibility criteria specified and the documents furnished by the Bidder in
technical bid (first cover) in support of meeting the eligibility criteria and
submission of EMD.
16.1.2. Presentation/demonstration on the technical specifications and functionalities.
16.2. The technical bids shall not contain the financial part of the bid. In case the prices are
disclosed at Technical evaluation stage, the bid is liable for rejection as a whole.
17. EVALUATION OF FINANCIAL BIDS :
17.1. Only, the financial bids (2nd cover) of the bidders who are qualified in the Technical
evaluation will be opened.
17.2. The financial bids are evaluated based on the lowest quoted total value as a single
packageas perAnnexure H, excluding the charges towards Annual Maintenance
Contract Part-2.
18. FINAL SELECTION OF THE BIDDER AND AWARDING OF THE CONTRACT.
The final selection of the bidder will be based on the lowest quoted total value excluding the
charges towards post warranty Annual Maintenance Contract. The Tender Accepting
Authority may arrange for negotiations of the rates as per KTPP Act with the successful
bidder if necessary in the financial interest of the Department.

Page 12 of 37
SECTION III - TERMS OF THE CONTRACT
1. Prices:The end price quoted shall include GST, cost of package, transportation and delivery,
installation, commissioning at Regional Forensic Science, Hubliand comprehensive
maintenance support (during Warranty period) as applicable. If a change in Statutory levies in
future, the same should be reflected in the landed price & the vendor shall intimate the Office
of the Additional Director General of Police (C&TS), Bengaluru immediately. If the prices are
revised downwards or if the vendor supplies the equipment to any organization, at a price
lower than the quoted price, then the price would automatically stand revised to that lower
price (refer fall clause 3. below).
2. The price of the equipment will be firm during the course of execution of the Contract and no-
upward revision will be allowed, excluding GST. The rate of GST applicable as at the time of
supply.
3. Fall Clause: The bidder undertakes that, he has not supplied/supplying the similar
items/equipment/systems at a price lower than that offered in the present bid to any other
Government Departments/Govt. Organizations in India and if it is found at any stage that the
similar items/equipment/systems or sub-system was supplied by the bidder to any other
Government Departments/Govt. Organizations in India at a lower price, then that very price
with due allowance for elapsed time will be applicable to the present case and the difference
in the cost would be refunded by the bidder to the buyer if the contract has already been
concluded/payment made.
4. The successful bidder should enter into an agreement with DFSL within 15days from the date
of issue LOA(letter of Acceptance) or supply order towards execution of the supplies and
subsequent service/maintenance support. The agreement should also contain the following
documents :
4.1. System description with working principles.
4.2. Data sheets and user manuals of the Hardware and Software supplied/installed.
4.3. A system operation and maintenance manual.
4.4. Name, address, mobile number and email address of the service center to be contacted
in case of failure or complaint.
4.5. Warranty cards.
5. Inspection of the equipment supplied and installed: The materials/equipment supplied and
installed at the locations are subject to preliminary inspection and performance watch by the
receiver/competent authority to confirm quantity, quality and satisfactory installation and
commissioning. In case of discrepancies, the bidder shall replace such products/installations
as per the standards and specifications free of cost within 30 days.
6. Inspection of earlier installations: In order to ensure the credibility of products and proper
maintenance and service support by the successful bidder, the Tender inviting authority
reserves the rights to inspect or engage a 3rd party agency to inspect and certify the earlier
supply and installations made by the bidder, at the premises/locations of their clients, on the
basis of supporting documents furnished by the bidder as per technical evaluation criteria.
During such inspections, if it is found that, there were no supplies/installations made by the
bidder as claimed in the tender submission or the service/maintenance found un-
satisfactory, the tender inviting authority reserve the rights to cancel the supply order and
place order with next lowest Bidder apart from forfeiting the EMD/Security
Deposit/Blacklisting. In such an eventuality, the defaulting firm/Bidder will be required to pay
any loss which the PURCHASER may incur.

Page 13 of 37
7. Supplies and Delivery: The products shall be supplied and installed within 30 days (in case of
indigenous products) or within 60 days in case imported products from the date of
Purchase/Work order.
8. Payment:60% Payment within 30 days from the date of supply of items, preliminary
inspection and acceptance of the products. 40% payment after installation, training and Go
Liveagainst producing of satisfactory service/maintenance report issued by the competent
authority towards satisfactory installation/commissioning of the systems, training and Go
Live.
9. Validity of the offer: The Commercial bid should be valid for at least 180 days from the bid
opening date.
10. Security Deposit: The successful bidder shall furnish performance security within 15 days
from the date of signing the agreement at 3% on contract value in the form of DD OR Bankers
Guarantee drawn in favor of the Director, Directorate of Forensic Science Laboratories,
Karnataka State Police, Bengaluru, having validity for the entire period of Warranty i.e., 3
years from the date of issue of Work order. The tender inviting authority reserve rights to get
the Security deposit/Bank Warranty extended for further period based on the
Warranty/extended Warranty period for the products supplied and installed.
11. The Performance Security will be discharged by the purchaser and returned to the Supplier
not later than 3 months after the validity period, without any interest accrued on it, following
the date of completion of the Supplier's performance obligations, including any warranty
obligations.
12. Product specification: The supplies should be made as per standard specifications as specified
in the tender at Appendix –I and integrate with the existing systems. Any discrepancy will
entitle for rejection of goods/initiating penalty clause/blacklisting of the company, apart from
the Cancellation of the Order.
13. Make/Brand: All the products/equipment supplied shall bear the make/brand name of the
Manufacturer. The Hardware/software shall bear the Manufacturing Sl. No/Key numbers of
the product as applicable. The purchaser may insist on printing of Logo/information of
department, if necessary, on every piece of equipment, which shall be fulfilled at no extra
cost.
14. Awareness and Training Program:The Supplier shall provide training as detailed at Appendix
1.
15. Project Implementation Report: - On successful implementation of the project, a project
report giving technical details of the implementation with the description of the products
supplied and installed and shall be provided both in hard and soft copies of two sets each.
16. Warranty& After Sales Service: The bidder should agree for minimum Warranty period of 3
years from the date of installation, training and Go Live. The warranty should carry
replacement of spare free of cost, service and maintenance. The bidder should provide
adequate spares and service support during the period of Warranty. Service calls shall be
attended and resolved within 24 hours for software/system problem and 48 hours for each
equipment problem. The vendor should maintain sufficient stock of spare parts and technical
support executives in order to resolve the problem within this period.
17. Any equipment/accessory reported with breakdown repeatedly i.e., minimum four times
within a span of 3 months shall be replaced with completely New unit at no additional cost.

Page 14 of 37
18. Annual Maintenance/Software Maintenance support Contract (Optional): The successful
Bidder/firm shall enter into Annual MaintenanceContract orSoftware Maintenance support
(whichever applicable) for a period of 3 years or for a period (maximum 5 years) as decided by
the purchaserat the rate not more than 4% of contract price per annum, after the completion
of the initial Warranty period and Support. The bidder will reserve the rights to conduct price
negotiation to bring down the AMC/Software Maintenance support Cost orcall for separate
financial quotes through tender process and award AMC/Software Maintenance support to a
successful bidder.
19. Calibration of the equipment: The successful bidder/firm shall perform Annual calibration of
equipment during the Warranty and AMC period as per NABL requirement free of cost.
Calibration certificate shall be provided to buyer towards the same.
20. In case of failure of the successful Bidder to comply with the supply order within the validity
of the offer or lead period as specified in the purchase/work order, the tender inviting
authority reserves the rights to cancel the supply order and place order with next lowest
Bidder apart from forfeiting the EMD/Security Deposit/Blacklisting. In such an eventuality,
the defaulting firm/Bidder will be required to pay any loss which the PURCHASER may incur.
21. Non-Performance Penalty:
21.1. Levy of penalty for delay in supply of tender item: In all the cases of failure on the
part of the supplier to deliver any or all the goods or to perform the services within the
period(s) specified in the contract, the DFSLshall without prejudice to its other
remedies under the contract, deduct from the contract price, as liquidated damages, a
sum equivalent to 0.5% of the delivered price of the delayed goods or unperformed
services for each week or part thereof delay until actual delivery or performance, up to
a maximum deduction of 10% of the contract price. Once the maximum is reached, the
DFSLmay consider termination of the contract pursuant to general conditions of
contract.
21.2. In case the down time is more than 24 hours for the system and 48 hours for each
equipment, penalty of Rs. 1,000/- per day will be imposed and supplier has to sign the
Service Level Agreement to this effect.
22. Risk Purchase Penal Clause: If supplies are not made as per the delivery schedule prescribed
or the revised delivery schedule intimated by the consignee, if any, the consignee will
purchase such requirements from any available source and this extra expenditure incurred
thereof will be recovered from the supplier's Bills due for payment or from the Security
Deposit. Further the default supplier has to reimburse all the liquidated damages/losses
arising due to non-fulfillment of contractual obligations.
23. Corrupt or Fraudulent Practices
The Government requires that Tenderer/ OEMs/ Suppliers/ Contractors observe the highest
standard of ethics during the procurement and execution of Government financed contracts.
In pursuance of this policy, the Governmentdefines, for the purposes of this provision, the
terms set forth as follows:
23.1. "Corrupt practice" means the offering, giving, receiving or soliciting of anything of value
to influence the action of a public official in the procurement process or in contract
execution; and'
23.2. "Fraudulent practice" means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the
Government, and includes collusive practice among Tenderer/ OEMs (prior to or after
Page 15 of 37
tender submission) designed to establish tender prices at artificial non-competitive
levels and to deprive the Government of the benefits of free and open competition;
23.3. will reject a proposal for award if it determines that the Tenderer/ OEM recommended
for award has engaged in corrupt or fraudulent practices in competing for the contract
in question;
23.4. will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded a Government financed contract if it at any time determines that the firm has
engaged in corrupt or fraudulent practices in competing for, or in executing, a
Government financed contract.
24. Termination:
24.1. The Department may at any time terminate the Contract by giving written notice to the
Tenderers / Suppliers / Contractors, if they becomes bankrupt or otherwise insolvent.
In this event, termination will be without compensation to the Tenderers / Suppliers /
Contractors, provided that such termination will not prejudice or affect any right of
action or remedy which has accrued or will accrue thereafter to the The Department.
24.2. Termination for Default: The Department may, without prejudice to any other remedy
for breach of contract, by written notice of default sent to the Tenderers / Suppliers /
Contractors, terminate the Contract in whole or part:
i. if the Tenderers / Suppliers / Contractors fails to deliver any or all of the Goods
within the period(s) specified in the Contract, or within any extension thereof
granted by thepurchaseror
ii. if the Tenderers / Suppliers / Contractors fails to perform any other obligation(s)
under the Contract.
25. The Department, reserves the right either to accept or reject/cancel the Tender. The decision
of the Department will be final.
26. The complete Tendering and Evaluation process will be carried as per the provisions of the
KTPP Act and subsequent amendments/circulars/guidelines. Tender Accepting Authority
reserves the right to alter the quantity /to accept or reject/cancel the tender within the
provisions of the KTPP act and Rules. The decision of the Tender Inviting Authority will be
final.
27. The purchaser reserves the right at the time of contract award to increase or decrease by up
to 25% of the quantity of goods and services originally specified in the schedule of
requirement without any change in unit prices and other terms and condition.
28. Jurisdiction: Bangalore
Additional Director General of Police,
Crime and Technical Services,
(Tender Inviting Authority)

Page 16 of 37
SECTION IV – BID DOCUMENTS

Annexure –A
Tender for Supply and Installation of EDXRF

Details of the Bidder


a Name of the firm
Office Address
Telephone and Fax Number
b Works Address

Telephone and Fax Number


c Name of the Authorized Signatory of the
Tender
Phone/ Mobile Phone No.
Email ID
d Name of the Contact person
Phone/ Mobile Phone No.
Email ID
e Status of the Bidder
(such as GovtOrganization/Undertaking,
Public/Private Ltd Co, Partnership Firm, HUF,
SSI, Dealer/Distributor /Stockiest, etc.)
f Registration of the bidding Registration of Firm/Incorporating of
Firm/Incorporation of Company/Establishment Registration
Company/Establishment Registration Details No …………………and Date………………
g Details of OEM Name of the OEM:
Address of the OEM:
Authorization Certificate/ letter No. …………and
Date……….... valid up to……………..
h GST Registration
OEM - No. …………and Date………....
SERVICE CENTER- - No. …………and Date
i Details of ISO Certificate No…………………..Date…………… Valid up
to……………………..

Date: (Seal & Signature of the Authorized Signatory.)

Page 17 of 37
Annexure -B

Tender for Supply and Installation of EDXRF

Financial status of the Firm

We hereby certify the Sales Turnover M/s……………………………. …………………………… is as below for


the periods mentioned.

Annual Turnover Net Profit/Loss for


Sl. No. Financial Year
(In Rs.) the year
1 2018-19
2 2019-20
3 2020-21

The total net worth of the firm as on 31/03/2021is as Rs…………………….

Seal and Signature of the Chartered Accountant


Membership number of CA :

Note to bidders:
Enclosing of supporting document s such as Audited Statement accounts and IT returns for all the
three years is compulsory for qualifying in the Technical bid

Page 18 of 37
Annexure -C

Tender for Supply and Installation of EDXRF

Details of EDXRF/WDXRF/XRD supplied during 2018-19, 2019-20 & 2020-21 in support of


Eligibility criteria 9.3

Organization
Description of Product/s relevant to Satisfactory
with full
Supply/work present Tender Scope. Certificate
address, Name Copy of the work
Sl. Financial order No. issued by the
of the contact order enclosed
No. Year and Date Nomenclature client
person and Quantity Total Value of (Yes or no)
of the enclosed (Yes
Phone in the PO the Product
Product or no)
Number
a b c d e f g h i

(Seal & Signature of the Authorised Signatory.)

Note to bidders: It is mandatory that, all the Columns of Annexure C shall be filled, including the
details of Product description/Nomenclature, quantity and value of the product covered under
each PO and also furnish copy of the Purchase order (without Masking the price and Values),
satisfactory installation/completion certificate issued by the Client. Leaving any column blank,
altering or removing the columns in Annexure C, masking the price and values in the copy of the
Purchase orders or non submission of relevant copies of the Purchase orders and satisfactory
completion/installation certificate will result in rejection of the bid.

Page 19 of 37
ANNEXURE - D

MANUFACTURERS 'AUTHORIZATION FORM’


(Shall be submitted in case of Authorized Dealers/Distributors, issued by OEM)

No. Dated

To (Purchaser's address)

Dear Sir:

Ref: …..Tender number and date…..

We who are established and reputable manufacturers of (name and description of goods offered)
having factories at (address of factory) do hereby authorize M/s (Name and address of Agent) to submit a
tender, and sign the contract with you for the goods manufactured by us against the above ‘invitation for
tender’ as under:

Description of the Country of


Sl. Make Model
product Manufacture
1.
2.
.
.

We hereby extend our full guarantee and warranty, the terms arid Conditions for the goods and
services offered for supply by the above firm against this Tender. We ensure availability of spares,
services and support for the products offered for at least next 5 years after completion of the warranty
period.

Yours faithfully,
For……….

(Name, Sign, and seal of Authorized signatory)

Note to bidders:
This letter should be on the letterhead of the manufacturer and should be signed by a person
competent and having the power of attorney to legally bind the manufacturer.

Page 20 of 37
Annexure -E

Tender for Supply and Installation of EDXRF

Service Centers in Karnataka


Name of the
Services/Maintenance Total number of
Sl. contact person
Address covering the Expert service
No. and Phone
districts/regions executives working
Number

Details of Complaint Monitoring Process, Escalation of Matrix and Response time

(Seal & Signature of the Authorized Signatory)

Note to bidders: If support/service center is not already there at the time of bidding, successful
bidder/OEM shall have to establish one within 30days of award of contract. Payment will be
released only after submission of documentary proof of having functional support/service
centre in Karnataka. Shall provide an undertaking to this effect under this Annexure E

Page 21 of 37
ANNEXURE - F

Tender for Supply and Installation of EDXRF

DECLARATION IN LIEU OF PAYMENT OF EMD

(As per GOK notification No. FD 675 EXP-12/2020 Dt. 22/12/2020)

I, hereby submit a declaration that the tender submitted by the undersigned on behalf of
the tenderer ……………… (Name of the Tenderer) shall not be withdrawn or modified during the
period of validity or extended period of validity.

I, on behalf of the tenderer ……………… (Name of the Tenderer), also accept the fact that in
case the tender is withdrawn or modified during the period of its validity/extended validity period
or if we fail to sign the contract in case the contract is awarded to us or we fail to submit a
Performance Security and Additional Performance Security, if any, before the deadline fixed in
the Tender Document, then …………… (Name of the tenderer) will be debarred for participation in
the tendering process for the Procurement of this Procurement Entity for a period of one year
from the date of default

(Signature of the Authorized Signature,

Official Seal)

Page 22 of 37
Annexure – G

Tender for Supply and Installation of EDXRF

(On Rs.100/- stamp paper, Notarized )

Undertaking

We hereby submitting our bid for Supply and Installation ofEDXRFwith necessary accessories at
Regional Forensic Science Laboratories, Hubli, as per the tender specification, scope of the work.
We hereby undertake that,

a) We agree for minimum Warranty period as per the terms and conditions of the
tender from the date of satisfactory installation, training and Go Live. The
Warranty will carry replacement/repair of spare free of cost for any
manufacturing defects. We agree to provide adequate service support during
the period of Warranty and ensure availability of service/spares for at least next 5
years for the products offered after completion of the warranty period.
b) We hereby agree to enter into Annual Maintenance Contract or Software
Maintenance support (whichever applicable) for a period of 3 years or for a period
(maximum 5 years) as decided by the purchaserat the rate not more than 4% of
contract price per annum, after the completion of the initial Warranty period and
Support.
c) We hereby declare that, we will undertake annual calibration of equipment during
Warranty and AMC period as per NABL requirement free of cost and provide
Calibration certificate towards for the same.
d) We hereby confirm that, we have not quoted higher price than what was
offered by us in any state in India in the past one year, apart from escalation of
5% due to market conditions. In case of increase in price beyond 5%, we hereby
undertake to furnish complete details of brake up prices and cost components
substantiating the price variation, as and when required by the tender inviting
authority.
e) We hereby agree for demonstration or to make a detailed presentation on the
offered products, features and functionality, during the Technical proposal stage.
f) All the statements, documents, testimonials, certificates, etc., uploaded are
genuine and the contents thereof are true.
g) We hereby undertake that all the components/materials used in used in the
supplied products and accessoriesare not refurbished/inferior/second hand
products.
h) Any of our personnel, representatives, sub-consultants, sub-contractors,
service providers, suppliers and/or their employees will not directly or
indirectly, engage in any activity that may intervene, interfere and/or influence
the procurement process at any stage.
i) Indemnify and compensate the purchaser from any penalties and costs that
may be incurred due to lapse/s on our part including incorrect /
misrepresented / forged document or statements.

Page 23 of 37
j) We have not been blacklisted/barred by any of the State Government,
Central Government, Central & State Govt.
Undertakings/enterprises/Organizations, Govt E-marketing portal or any
other Quasi Government bodies/ Organizations or International organizations
such as World Bank or any major Enterprise/Organization in India for non-
satisfactory performance, corrupt & Fraudulent or any other unethical
business practices, not meeting critical conditions/standards/security clearance
etc..
k) We hereby declare that we are not under liquidation; court receivership or similar
proceedings and bankrupt.
l) We have read the clauses regarding restrictions on procurement from a bidder
of a country which shares a land border with India (GoI Letter No. F.No.
6/18/2019 - PPD dtd: 23.07.2020 Order (Public Procurement No. 1 and 2) dated
23.07.2020 & Order (Public Procurement No. 3) dated 24.07.2020 and GO of
GoK vide No. FD 455 Exp-12 2020 Bengaluru Dated:25.08.2020.
i. I/ We certify that, we are not from such a country which shares a land
border with India and we are eligible to be considered.
Or
ii. I/ We declare that, we are from such a country or countries which shares
a land border with India and we have been registered with the
Competent Authority and certify that, we fulfill all requirements in this
regard and are eligible to be considered. A copy of the valid registration
by the Competent Authority is enclosed along with this declaration for
Evidence
iii. We declare that, we will not sub-contract any work to a contractor from
such country or countries which shares a land border with India unless
such contractor is registered with the Competent Authority in case the
work order is released on us. We fulfill all requirements in this regard and
is eligible to be considered.(A copy of the valid registration issued by the
Competent Authority to be enclosed if applicable)
iv. We are aware that, such registration with Competent Authority should be
valid at the time of submission of bids and at the time of acceptance of
bids.
If our Firm is found contravening this undertaking even after award of contractinour
favor,weacceptdisciplinaryactionbypurchaserincludingrejectionofourTENDER,
annulmentofcontractandblacklisting.
Date: / / Authorized Person’s Signature
Name & Designation with Seal

*Should be sworn before a Notary

Page 24 of 37
Annexure –H

Tender for Supply and Installation of EDXRF

COMMERCIAL BID FORMAT


(Only the total cost to be filled in E-portal, Financial bid section, not to be submitted in Hardcopy or
along with Technical bids. After opening of the financial bids in the e-portal, the bidders may be asked
to furnish the breakup of the cost as per the format below during evaluation of financial bids.)

Part 1 - Bill of Material with cost

Unit % of Other Total unit


Qty. in
Price in TAX Levies/charges price in Total Price
Nos.
Sl. Items Rs. in Rs. if any Rs.
A b C d e= f=axe
b+c+d
Supply and Installation of
Energy Dispersive X-ray
1 1
Fluorescence
spectrometer (EDXRF)
Other incidental charges
2
if any (specify)
Total Cost of the Project

Part 2 - Annual Maintenance Contract or


Software Maintenance support (whichever applicable)

Basic price. % of TAX Total Price Total Value


Years
In Rs. in Rs. in Rs. in Rs.
Sl. Items
A B C=AxB D E= C x D

Annual Maintenance
Contract per unit (For 3 years for one
(per annum (As (per annum for 3
1 (including Software Unit Auto calculated
for one Unit) applicable) one Unit) (in e-portal) in e-portal)
Maintenance support
wherever applicable)

Note:Annual MaintenanceContract or Software Maintenance support (whichever


applicable)offered per annum per unit (inclusive of taxes) shall not be more than 4% of the total
price per unit of the product (inclusive of taxes).

(Shall be digitally signed in the e-portal)

Page 25 of 37
SECTION V –SCOPE OF THE WORK, SPECIFICATYIONS, FUNCTIONAL & TECHNICAL
REQUIRMENTS
Appendix –I
1. SPECIFICATIONS
EDXRF instrument is used to analyze groups of elements simultaneously. This type of XRF
instrumentation separates the characteristic x-rays of different elements into a complete
fluorescence energy spectrum which is then processed for qualitative or quantitative
analysis. EDXRF is an excellent tool for fingerprinting all kinds of materials analyzed in
forensic analysis.
Technical specifications of EDXRF spectrometer

Sl. No. Parameters Description


1 Elemental Analysis : Fluorine to Uranium
Range
2 Detectable Element : ≤10 ppm to 100%
Concentration
3 Type of Samples : Powder, Solid, Liquid & Thin film
4 X-Ray Tube Excitation : 1) X-Ray Power: 4-50kV, 50W
System 2) X-Ray Tube: Rh/Pd Anode type, Air cooled
3) Excitation Type: Direct Excitation (One Fixed
Position)
4) 4-50kV in 1kV steps
5) 20−2000 mA in 20mA steps
6) User adjustable beam sizes from 1.0mm to 8mm
7) Safety features: X-Ray safety light
5 Primary Beam Filters : At least 08 position filters for direct X-ray beam
6 X-Ray Detector : 1) Detector Type: Silicon Drift Detector (SDD)
Assembly 2) Resolution: < 150eV at 5.9 keV
3) Detector Cooling Assembly: Peltier Cooling
4) Beryllium window of minimum 12 micron
thickness.
7 CCD Camera : For imaging and adjustable beam diameter to
select the part of the sample for spot measurement.
8 Sample Chamber : 1) Sample measurement under Air, Vacuum and
Helium purging ambient
2) Attached with vacuum assembly.
3) Computer controlled rotating sample change
with provision of minimum 10 samples.
4) Safety inter locks to prevent accidental radiation
exposure.
5) Helium purging system for sample chamber for
6) Low atomic number elemental analysis
9 Vacuum Pump System : 1) Inbuilt/external Rotary Vane Pump to provide
sample chamber vacuum with suitable adaptors.

Page 26 of 37
10 Control System : 2) Fully user friendly automated hardware for
sample mounting system, X-ray source &
detector assembly
11 Computer and : Suitable workstation along with color printer
Operating Software compatible with EDXRF supplied
12 Accessories : 1) Sample holding cups: 1000 Nos
2) XRF Thin film cover for at least 3000 samples
3) Powder Pressing Die set for pellet preparation:
01 No.
4) Suitable instrument table to keep the instrument,
5) Suitable adjustable chairs in two numbers for
comfortable sitting during analysis
6) Tool kit: Spanners, Allen keys, screwdrivers,
Spatula etc. for smooth operation of instrument
7) Spare Parts: Fittings, fuses, o-rings, tubing etc.
for trouble free operation for next five years.

2. ACCEPTANCE TESTING OF PRODUCTS SUPPLIED


2.1. User Acceptance Test
For conducting the User Acceptance Testing, DFSL shall identify the employees from respective
divisions/units/verticals, who shall be responsible for day-to-day operations and functionalities of
the equipment/hardware/software supplied and installed should necessarily satisfy the user
acceptance testing process. The equipment/hardware/software supplied and installed by
Successful Bidder shall be reviewed and verified, against the Functional & Technical
Requirements signed-off between DFSL and Successful Bidder. Any gaps, identified as severe or
critical in nature, shall be addressed by Successful Bidder immediately prior to Go-live of the
solution..
Performance Review
2.2. Performance is another key requirement for the project and DFSL or any external agency
appointed may review the performance of the deployed solution against certain key parameters
defined in SLA. Such parameters include request-response time, work-flow processing time,
concurrent sessions supported by the system, etc. The performance review also includes full
load/ stress test using suitable simulation tools prior to Go Live once the test has been
successfully completed.
2.3. The bidder shall make available the measuring equipment/software programs required for
carrying out the acceptance tests at no cost to DFSL, so as to complete the validation as per the
specified time schedule in this document.
2.4. DFSL or any external agency appointed by DFSL may carry out all the tests detailed in the
acceptance test schedule to confirm that the performance of the different features/modules,
subsystems, and entire installation satisfies the specified requirement of specifications including
service performance
2.5. Any deficiency found during validation in performance of the system as per the requirement shall
be rectified by the bidder immediately at all the locations. Any components or modules failing
during the acceptance tests or requiring alterations necessary to meet specification requirements
shall be replaced at no extra cost to the Purchaser at site by the Selected Bidder in consultation
with DFSL . These shall be shipped within two weeks of the initial reports.
Acceptance of Project Documentation

Page 27 of 37
2.6. DFSL or any other external agency appointed by DFSL may review the project documents
developed by Successful Bidder including requirements, design, installation, training and
administration manuals, version control etc. Any issues/gaps identified in any of the above areas
shall be addressed to the complete satisfaction of DFSL.
3. TRAINING FOR OPERATION
The Successful Vendor has to provide training on supplied equipment/hardware/software to DFSL
personnel as many as deployed.
For training and support, the Successful Vendor should arrange training through OEM Certified
trainers at DFSL located in Madiwala, Bangalore or at the site as identified for installation, with
training material. Before commencement of training, a detailed training plan needs to be
submitted by vendor which will be further approved by DFSL. Training shall be in English/Kannada.
Training material should also be in English/Kannada. It is to be clearly understood that the
requirement of training shall be considered to be fulfilled onlywhen the competent authority is
satisfied that identified personnel has developed / acquirednecessary knowledge / skill / capability
and confidence to run the system / project without support fromHardware/software Vendor. It
may require multiple session and refresher training etc.

4. POST IMPLEMENTATION SERVICES


4.1. As part of the post implementation services, the bidder shall provide support for the software,
hardwareand other suppliesprovided as part of this RFP. Bidder shall provide comprehensive
Warranty as per the terms and conditions of the tender for all the products / software supplied
that includes
4.1.1.Warranty support
4.1.2.Annual Technical Support (ATS) /Software Maintenance support
4.1.3.Handholding Services
4.1.4.Operations and maintenance services for the software and related hardware supplied and
commissioned by the bidder for the application at the DFSL.
4.1.5.The services shall be rendered onsite at the premisesas intimated byDFSL. The bidder shall
develop a work plan for the training/knowledge sharing as per scope defined in this RFP.
4.2. As part of the warranty services bidder shall provide:
4.2.1. Bidder shall provide a comprehensive warranty for the products supplied and installed as
per the terms and conditions of tender. The warranty shall cover all hardwareand
peripherals, licensed software and other accessories/components.
4.2.2. Mean Time between Failures (MTBF): If during contract period, any equipment has a
hardware/software failure on four or more occasions in a period of less than three
months, it shall be replaced by equivalent or higher level new equipment by the bidder
at no cost to DFSL. However, if the new equipment supplied is priced lower than the
price at which the original item was supplied, the differential cost should be refunded to
DFSL. For any delay in making available the replacement and repaired equipment for
inspection, delivery of equipment or for commissioning of the systems or for acceptance
tests / checks on per site basis, DFSL reserve the right to charge a penalty.
4.2.3. During the warranty period bidder shall maintain the systems and repair / replace at the
installed site, at no charge to DFSL, all defective components that are brought to the
bidder's notice.
4.2.4. The bidder shall as far as possible repair the equipment at site.

Page 28 of 37
4.2.5. Warranty should not become void, if DFSL buys, any other supplemental
hardware/software from a third party and installs it within these machines under
intimation to the bidder However, and the warranty will not apply to such supplemental
hardware/software items installed.
4.2.6. The bidder shall carry out Preventive Maintenance (PM), including cleaning of interior
and exterior, of all hardware, fixing bugs in software and testing for virus, if any, and
should maintain proper records at each site for such PM. Failure to carry out such PM
will be a breach of warranty and the warranty period will be extended by the period of
delay in PM.
4.2.7. Bidder shall monitor warranties to check adherence to preventive and repair
maintenance terms and conditions.
4.2.8. The bidder shall ensure that the warranty complies with the agreed Technical Standards,
Security Requirements, Operating Procedures, and Recovery Procedures.
4.2.9. Bidder shall have to stock and provide adequate onsite and offsite spare parts and spare
component to ensure that the uptime commitment as per SLA is met.
4.2.10. Any component that is reported to be down on a given date should be either fully
repaired or replaced by temporary substitute (of equivalent configuration) within the
time frame indicated in the Service Level Agreement (SLA).
4.2.11. The bidder shall facilitate registration of the products supplied with OEM
database/support system towards after sale support/warranties.
4.3. As part of the ATS/Software Maintenance support (wherever applicable) services, the
bidder shall provide:
4.3.1. Bidder shall maintain data regarding entitlement for software upgrades, enhancements,
refreshes, replacements and maintenance.
4.3.2. If any software are required to be installed/reinstalled/de-installed, within the scope of
the RFP, the same should be done as part of ATS/Software Maintenance support
4.3.3. Bidder should carry out any requisite adjustments / changes in the configuration for
implementing different versions of Application Software.
4.3.4. Updates/Upgrades/New releases/New versions. The bidder shall provide from time to
time the Updates/Upgrades/New releases/New versions of the software/firmware and
operating systems as required. The bidder should provide free upgrades, updates &
patches of the software and tools to DFSL as and when released by OEM during the period
of Warranty.
4.3.5. Bidder shall provide patches to the licensed software including the software, operating
system, databases and other applications.
4.3.6. . The bidder shall provide for software license management and control. Bidder shall
maintain data regarding entitlement for software upgrades, refreshes, replacements, and
maintenance.
4.3.7. Bidder shall provide complete manufacturer’s technical support for all the licensed
software problems and/or questions, technical guidance, defect and non-defect related
issues. Bidder shall provide a single-point-of-contact at DFSL level for software support and
provide licensed software support including but not limited to problem tracking, problem
source identification, problem impact (severity) determination, bypass and recovery
support, problem resolution, and management reporting.
4.3.8. The manufacturer’s technical support shall at a minimum include online technical support
and telephone support during the DFSL’s business hours (Business hours in DFSL will be
from 10:00hours to 17:30 hours on all days (Mon-Sun)) with access for DFSL and bidder to
the manufacturer’s technical support staff to provide a maximum of 4 hour response
turnaround time. There should not be any limits on the number of incidents reported to
Page 29 of 37
the manufacturer. DFSL shall have access to the online support and tools provided by the
manufacturer. DFSL shall also have 24x7 accesses to a variety of technical resources
including the manufacturer’s knowledge base with complete collections of technical
articles.

Page 30 of 37
SECTION VI – REFERENCE DOCUMENTS
Appendix -2
SERVICE LEVEL AGREEMENT FORMAT

THIS AGREEMENT made on the day of …………………………. BETWEEN the Director, Directorate of
Forensic Science Laboratories, Behind Madiwala Police Station, Madiwala, Bangalore -560068
(hereinafter called "the Purchaser") of the one part AND ……………(name of the successful
bidder)……………………. having its registered office at ……………(full address of the successful
bidder)…………………….(hereinafter called "the Supplier") of the other part, which expression shall,
whoever the context so admits or requires, mean and include all its successors assigns and
attorneys) of the second part for ……(description of goods/service)…… at …………………….(Locations
for supply) …………………vide supply order No …………………………………… Dt. ……………………….. during the
warranty period as per the terms and conditions of tender.
1. This document together with any attachment here to affixed duly signed by ……………(name of
the successful bidder)…………………….as supplier for the maintenance of equipment listed here
after and the terms and conditions specified in this document.
2. The contract commences from the date of signing this agreement till the warranty period
expires. There after this may be renewed for Annual Maintenance Contract or/and Software
Maintenance supportafter the completion of warranty period as per tender terms.

3. SCOPE AND SERVICES


3.1 it includes maintenance repairs/updates and any hardware/software/connectivity problems
with ……(description of goods/service)……. The supplier shall maintain the
equipment/software listed in Annexure-"A"(SLA) during the warranty period in accordance
with post implication scope of the work as described in the Appendix 1 of the Tender
document.
3.2 The Supplier endeavors to resolve the issues/problems within 24 hours for the
software/system and 48 hours for each equipment from the date and time of report
3.3 Whenever the supplier’s engineer visits a location to attend the hardware/ software
problems reported he shall also carryout preventive maintenance of ……(description of
goods/service)……. He should carry all the hardware/ software related items to the site
during his visit.
3.4 The supplier shall maintain necessary spares (including imported products/spares),
facilitiesand service/support executives at their service center so as to facilitate to resolve
the services/repairs within the prescribed time.

4. HOURS OF SERVICE
Provision for maintenance of service will be confirmed to the supplier or its service agents on
normal working hours i.e. 10 AM to 6PM including Sundays and General holidays.

5. LIMITS OF USE
The Purchaser (all units wherever the hardware/ software is installed) will keep a record of the
service call report of the company (Annexure-"B"(SLA)). The supplier and may tally the said
records once in two months.
Supplier will register all complaints in the call center & mention complaint numbers in all
transactions.
Page 31 of 37
6. CARE OF THE EQUIPMENT
6.1 The Purchaser shall allow the entry and access of the service engineer of the Supplier to
carry out the maintenance tasks. The service engineers may enter and access the facilities
even beyond the working hours as per the maintenance needs by prior approval of the
unit officer concerned.
6.2 The Purchaser will take care of the equipment, will house it in suitable conditions and
follow such instructions on these and observe operating instructions as given the supplier
from time to time.
6.3 No alternation may be, no attachment fitted or repairs or adjustments done except by the
supplier or with the written consent by Director, DFSL.
7. EXEMPTION
7.1 The supplier shall not be liable for failure to perform any of its obligations arising out of
this agreement, if such failures results from any force majeure, act of God, Fire, Storm,
Earthquake, Explosion, Accidents, Strikes, Lockout, industrial Dispute, Labor Trouble,
Transportation, Embargo, Imminence or the existence of any state of emergency, war like
condition, civil - commotion, riot, mobility to obtain any material, refusal of license or
imposition of sanctions and/or any measures taken by the Government whatsoever which
renders it impossible or impracticable for the supplier liability to perform obligation under
this contract.
8. PROCEDURE FOR RECORDING THE PERFORMANCE OF THE SERVICE OF THE COMPANY
A dedicated line should be provided to Purchaser for registering all complaints in the call
center number & mention the complaint number in all transactions.
All locations wherever hardware/ software is installed will maintain a service call register as
per Annexure-"B"(SLA). The in charge officer of the locations will record and maintenance
particulars and send the details(as per Annexure-"B"(SLA))clearly indicating the details of
penalty to be imposed in case of nonperformance by the company engineers to the concerned
unit officer before 3rd of every month. The unit officers will consolidate and send the detailsas
per Annexure-"C"(SLA) to the Director, DFSL every month for necessary action.
9. NON PERFORMANCE PENALTY
The supplier shall resolve the problem/s within 24 hours for the software/system and 48 hours
for each equipment from the date and time of report, penalty as detailed below will be
imposed on supplier:

Penalty for not Response time Bidders


Sl. Nature of
Hardware meeting response for calls logged Compliance
No. problem
per day in ₹ in call center

Response Time Norms: 95% of the calls should be responded within Norms. This should be
measured on a monthly basis.
The penalty will be for the calls which are not responded within response time norms.
10. PAYMENT TERMS
There is no payment/charges applicable for maintenanceof the software/systems and for the
replacement of spares and sub-assemblies of the equipment during warranty period.
Page 32 of 37
11. ASSIGNMENT
The supplier shall not re-assign this agreement or any part without written consent of
Purchaser

12. TERMINATION
If the Supplier commits any breach of this agreement, the Purchaser may be written notice
terminate this agreement, upon termination under this clause the Supplier will forthwith
give up site kits, equipment and maintenance spares if any. Upon expiration of termination
of this agreement all rights and benefits granted by this agreement shall revert, to the
respective parties and the Purchaser shall pay all amounts due to supplier upon the effective
date of termination after making necessary adjustments/deductions towards non-
performance penalty, liquidated damages if any.

13. ARBITRATION
All disputes, differences and question whatsoever which shall arise between the parties
hereto during the continuance of agreement or afterwards touching any clause or matter
herein contained or the rights, duties and liabilities or either party in connection there with,
shall be referred to sole arbitrator to be jointly appointed by both parties. All such
arbitration proceedings shall be held in Bengaluru and shall be in accordance with and
subject to provision of the Indian Arbitration Act 1996 or any statutory modification
reenactment thereof for the time being in force. The language of arbitration shall be in
English.

14. GOVERNING LAW


This agreement shall be governed in all respect by Indian Law.

15. JURISDICTION
The court at Bengaluru have jurisdiction to the exclusion of all other courts.

16. LIMITATION OF LIABILITY


Notwithstanding anything to the contrary in the agreement neither party shall, in any event,
be liable for any indirect or speculative or consequential or loss or profit or punitive
damages. nor be liable for any third party claims. The maximum amount of liability direct is
limited to the value of service component of the contract.
IN WITNESS WHEREOF the parties hereto by representative duly authorized, have executed the
contract on the day, month, year and place written above.
Signed, Sealed and Delivered by the said:

In the presence of: Directorate of Forensic Science Laboratories,


....................................... Bengaluru
(For the Purchaser)

Signed, Sealed and Delivered by the said:

In the presence of: (Name and designation authorized signatory)


...................................... (name of the successful bidder)
(For the Supplier)
Page 33 of 37
Annexure- "A"(SLA)
(Items supplied by.......................................................)
Supply order No......................................................................................

AMC/Software Maintenance support


S. No. Items Qty.
period (Duration from………..to………..

Annexure- "B"(SLA)
(Service Call Register)
(To be maintained by all units)
To who
Mode of reported Penalty
Problem
Date & reporting (Name & imposed
Docket No. Date & time rectified
S. Nature of Time (Phone, Designation if any
of the of or not
No. Problem of the Fax, e-mail, of the person (Specify
complaint rectification (Y/N) if N
report Helpdesk, who received the
reasons
Letter etc) the amount)
complaint)
1 2 3 4 5 6 7 8 9

Annexure- "C"(SLA)
(Penalty recommended for nonperformance by.......................................................)
Supply order No......................................................................................

Unit: Company:
Sl. No. Location/Police Station Penalty Amount Remarks
1

Total penalty Amount.................................................................. for the month


of................................... to be imposed on ........................................company.

Date: Signature of the Unit officer.

Page 34 of 37
Appendix -3
CONTRACT FORM
THIS AGREEMENT made on the .......day of.................................., 20... Between ..........................
(Name of purchaser) of .............. (Country of Purchaser) (hereinafter called "the Purchaser") of the
one part and ..................... (Name of Supplier) of ......................... (City and Country of Supplier)
(hereinafter called "the Supplier") of the other part :
WHEREAS the Purchaser is desirous that certain Goods and ancillary services viz.,
..................................... (Brief Description of Goods and Services) and has accepted a tender by the
Supplier for the supply of those goods and services in the sum of .............................. (Contract Price
in Words and Figures) (hereinafter called "the Contract Price").
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz.:
(a) the Tender Form and the Price Schedule submitted by the Tenderer;
(b) the Schedule of Requirements;
(c) the Technical Specifications;
(d) the General Conditions of Contract;
(e) the Special Conditions of Contract; and
(f) the Purchaser's Notification of Award.
3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter
mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and services
and to remedy defects therein in conformity in all respects with the provisions of the Contract.
4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods
and services and the remedying of defects therein, the Contract Price or such other sum as may
become payable under the provisions of the Contract at the times and in the manner prescribed
by the Contract.
Brief particulars of the goods and services which shall be supplied/provided by the Supplier are as
under:

Sl. Brief Description of Quantity to be Unit Total


Delivery terms
No. Goods & Services supplied Price Price

TOTAL VALUE:
DELIVERY SCHEDULE:
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance
with their respective laws the day and year first above written.
Signed, Sealed and Delivered by the Signed, Sealed and Delivered by the
said ..................................................... said .....................................................
(For the Purchaser) (For the Supplier)
in the presence of:....................................... in the presence of:.......................................

Page 35 of 37
Appendix -4

PERFORMANCE SECURITY BANK GUARANTEE FORM

To,
Director,
The Directorate of Forensic Science Laboratories (DFSL),
Madiwala,Bangalore -560068

01 GUARANTEE NO :

02 AMOUNT OF THE GUARANTEE : Rs. …

03 GUARANTEE COVERS FROM : Dt. ….

04 LAST DATE FOR LODGMENT OF CLAIM : Dt. ….

1. This deed of guarantee executed by the ….Name of the Banker….(hereinafter referred to as


the Bank) in favour of theDirectorate of Forensic Science Laboratories,Behind Madiwala
Police Station, Madiwala,Bangalore -560068 (hereinafter referred to as the Beneficiary) for
an amount not exceeding Rs. ….Value of Guarantee …. (Rupees in Words………….)at the
request of ….Name of the Vendor ….(hereinafter referred to as The Contractor).
2. This guarantee is limited to a maximum of Rs ….Value of Guarantee …. (Rupees in
Words………….)and the guarantee shall remain in force up to ………………and cannot be
invoked otherwise than by a written demand on or before the day of ………………. In
consideration by the Beneficiary under the term and conditions of an agreement of dated
………………made between the Beneficiary and the contractor for ……(description of
goods/service)…… at …………………….(Locations for supply) …………………,under reference
LOI/Purchase Order no.……………………..Dated …………………
3. We ….Name of the Banker ….do here by undertake to pay the amounts due and payable
under this guarantee without any demur merely on a demand from the Beneficiary stating
that the amount claimed in due by way of loss or damage caused to or would be caused or
suffered by the Beneficiary by reason of breach by the said contractor (S) of any of the terms
and conditions contained in the said agreement. However our liability under this guarantee
shall be restricted to an amount not exceeding Rs. ….Value of Guarantee …. (Rupees in
Words………….)
4. We,….Name of the Banker ….further agree that the guarantee herein contained shall remain
in full force and effect during the period that would be taken for the performance of the said
agreement and shall continue to be enforcement of the said agreement and shall continue
to be enforceable till all the dues of Beneficiary under or by virtue of the said, agreement
have been fully paid and its claims satisfied or discharged or till Beneficiary certified that the
terms and conditions of the said agreement have been fully and properly carried out by the
said contractor and accordingly discharge the guarantee. Unless a demand or claim under
this guarantee is made on us in writing before the Dt. ………………we shall be discharged from
all liability under this guarantee thereafter.
5. We, ….Name of the Banker ….further agree with the Beneficiary have the fullest liberty
without our consent and without effecting in any manner our obligations hereunder vary any
of the terms and conditions of the said contractor from time to time or to postpone for any
time or from time to time any of the powers exercisable by the Beneficiary, against he said
Page 36 of 37
contractor and to forbear or enforce any of the terms and conditions relating to the said
agreement and we shall not be relieved from our liability by reason of any such variation or
extension being allowed to the said contractor or for any forbearance, act or commission on
the part of the department or any indulgence by the department of the said contractor or
any such matter or thing what so ever/whichever under the law relating to surety would but
for this provision have effect of so relieving us, until the day of Dt. ………………, when the
liability of the Bank will cease.
6. We,….Name of the Banker ….lastly undertaken not to revoke this guarantee during its
currency except with the previous consent of the Beneficiary in writing.
7. Notwithstanding anything contained herein above, our liability under this guarantee is
restricted to Rs. ….Value of Guarantee …. (Rupees in Words………….) Our guarantee shall
remain in force until Dt. ………………. unless a claim in writing is presented to us and if unpaid
a suit or action to enforce such claim is filed against us within three months from the above
date, all your rights under the said guarantee shall be forfeited and we shall be released and
discharged from all liability thereafter.

DATED : FOR:

Signature and Seal of Guarantors


………………………………………
………………………………………

Address: ……………………………
……………………………………….
……………………………………….

Page 37 of 37

You might also like