Retender Doc

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 25

1

GOVERNMENT OF ANDHRA PRADESH, POLICE DEPARTMENT


THE INSPECTOR GENERAL OF POLICE, P&L
ANDHRA PRADESH, MANGALAGIRI

Tender Notification No.: 1222(Re-tender)/Accessories/B2/APPCO/2023-24

Subject: Tenders invited from OEM/Authorized dealers for Procurement of Batteries


and Helical Antennas for VHF/UHF Manpacks for AP Police department.

INDEX

1 NIT Details
2 Tender Notification Details PART – A
3 Pre-qualification conditions PART - B
4 Technical Evaluation Criteria PART – C
5 Price / Commercial Bid PART – D
6 General Terms & Conditions PART – E
7 Technical Specifications PART - F
8 Performance Certificate Annexure-I
9 Check list for Bidder Annexure- II
10 Performance Security Form Annexure -III
11 Questionnaire Questionnaire I & II
12 Commercial Format for BID Annexure- IV
2

NIT DETAILS
1. Department Name A.P POLICE DEPARTMENT
2. Office O/o INSPECTOR GENERAL OF POLICE
TECHNICAL SERVICES, MANGALAGIRI, A.P.
3. Tender Number C.No. 1222(Re-tender)/Accessories/B2/APPCO/2023-24
4. Tender Subject Tenders are invited from OEM/Authorized dealers for
Procurement of Batteries and Helical Antennas for VHF/UHF
Manpacks for AP Police department
5. Tender Type Open Tender
6. Tender Category Products
7. EMD Tenderers should pay by way of DD/BG issued by any
Nationalized Bank drawn in favour of “Administrative Officer,
Office of the Director, Police Communications, Andhra
Pradesh, Mangalagiri OR On-Line through bank A/C
No.33901810087 of Administrative Officer O/o Director Police
Communications, Andhra Pradesh, Vijayawada, State Bank of
India Treasury Branch, Vijayawada, Krishna Dist., Andhra
Pradesh, IFSC Code No.SBIN0016857
8. Schedule-1 Rs. 2,60,000/-
Motorola Manpack Batteries
i. VHF Manpack batteries
ii. UHF manpack batteries
9 Schedule -2 Rs. 2,20,000/-
Kenwood Manpack Batteries
and Helical Antennas
i. VHF Manpack Batteries
ii. VHF Helical Antenna
iii. UHF Helical Antenna
10. Schedule -3 Rs. 28,200/-
Hytera Manpack Batteries
11. Process Fee Rs.1,000/- by way of On-Line through bank A/C
No.33901810087 of Administrative Officer O/o Director, Police
Communications, Andhra Pradesh, Vijayawada, State Bank of
India Treasury Branch, Vijayawada, Krishna Dist., Andhra
Pradesh, IFSC Code No. SBIN0016857 OR by way of DD/BG
issued by any Nationalized Bank drawn in favour of
“Administrative Officer, Office of the Director, Police
Communications, Andhra Pradesh, Mangalagiri.
Note: Bidder should pay process fee Rs. 1000/- for each
schedule separately
12. Schedule Sale Opening Date & Time 07.03.2024 at 1700 Hrs.
13. Schedule Sale Closing Date & Time 18.03.2024 at 1000 Hrs.
14. Hard Copies Submission 18.03.2024 at 1030 Hrs.
15. Bid submission Date & Time 18.03.2024 at 1045 Hrs.
16. Pre-Qualification Bid Opening 18.03.2024 at 1100 Hrs.
17. Technical Bid 18.03.2024 at 1500 Hrs. onwards
18. Price Bid 18.03.2024 at 1700 Hrs.
19. Place of Tender Opening 3rd conference hall, Police Head Quarters, Mangalagiri.
20. Officer Inviting Bids Inspector General of Police, P & L, A.P.
21. Contact Mail Id dspcstoresapvza@gmail.com
22. Address DSPC Stores, Ground Floor, Tech Tower, Mangalagiri.
23. For other details Contact No. 8331041781, 9440627627
3

24. Procedure for offer Submission The Bidders shall submit their response through Bid
submission to the tender on e-Procurement platform at
www.eprocurement.gov.in duly following the procedure given
below. The Bidders would be required to register on the e-
procurement market place www.tender.
apeprocurement.gov.in or https://tender.eprocurement.
gov.in and submit their bids online. Offline bids shall not be
entertained by the Tender Inviting Authority for the Tenders
published in e-Procurement platform. The Bidders shall submit
their eligibility and qualification details, Technical Bid, Financial
Bid etc., in the online standard formats displayed in e-
Procurement web-site. The Bidders shall upload the scanned
copies of all the relevant certificates, documents etc., in
support of their eligibility criteria/technical bids and other
certificates / documents in the e-Procurement web site. The
Bidders shall sign on the statements, documents, certificates,
uploaded by them, owning responsibility for their
correctness/authenticity. The Bidders shall attach all the
required documents for the specific tender after uploading the
same during the bid submission as per the Tender Notice and
Bid Document.
1. Registration with e-Procurement platform:
For registration and online bid submission Bidders may
contact HELP DESK of M/s. VUPADHI Techno Services Pvt.
Ltd. Or https://tender.apeprocurement.gov.in.
2. Digital Certificate Authentication:
The Bidders shall authenticate the Bid with their Digital
Certificates for submitting the Bid electronically on e-
Procurement platform and the Bids not authenticated by
Digital Certificate of the Bidders will not be accepted on
the e-Procurement platform.
3. Submission of Hard Copies:
After submission of Bid online, the Bidders are requested
to submit the originals of DD/BG towards EMD, bid
processing fee to the Tender Inviting Authority on or
before scheduled time. The Bidders shall invariably furnish
the original DD/BG to the Tender Inviting Authority either
personally or through courier or by post and the receipt of
the same within the stipulated time shall be the
responsibility of Bidders. The department shall not take any
responsibility for any delay or non-receipt. If any of the
documents furnished by the Bidders are found to be
false/fabricated/bogus, such Bidders are liable for
blacklisting, forfeiture of the EMD, cancellation of work and
for criminal prosecution. The Bidders are requested to get
a confirmed acknowledgement from the Tender Inviting
Authority as a proof of submission of Hardcopies to avoid
any discrepancy. The Bidders have to attach the required
documents after uploading the same as required by Tender
Inviting Authority in the tender conditions.
4. Payment of Transaction Fee:
It is mandatory for all the participant Bidders from 1 st
January 2006 to electronically pay a Non-Refundable
Transaction fee to M/s. APTS, the service provider through
“Payment Gateway Service on E-Procurement Platform”.
The Electronic Payment Gateway accepts all Master and
4

Visa Credit Cards issued by any Bank and Direct Debit


Facility/Net Banking of ICICI Bank, HDFC, Axis Bank to
facilitate the transaction. This is complying with G.O. Ms.
13 dated: 07.05.2006. A service tax of 15% on the
transaction amount payable to APTS shall be applicable.

5. Corpus Fund:
As per GO Ms No. 4, User Departments shall collect 0.04%
of ECV (estimated contract value) with a cap of Rs. 10,000
(Rupees Ten Thousand only) for all works with ECV up to
Rs. 50 crores and Rs. 25,000/- (Rupees Twenty-Five
Thousand only) for works with ECV above Rs. 50 crores,
from successful Bidders on e-Procurement platform before
entering into agreement / issue of purchase orders,
towards e-Procurement fund in favor of Managing Director,
APTS.
There shall not be any charge towards e-Procurement fund
in case of works, goods and services with ECV
less than and up to Rs.10.00 lakhs.
6. Tender Document:
The Bidders are requested to download the Tender
Document and read all the terms and conditions mentioned
in the Tender Document and seek clarification, if any, from
the Tender Inviting Authority. Any offline bid submission
clause in the tender document could be neglected. The
Bidders have to keep track of any changes by viewing the
Addenda / Corrigenda issued by the Tender Inviting
Authority from time-to-time, in the e-Procurement
platform. The Department calling for Tenders shall not be
responsible for any claims / problems arising out of this.
7. Bid Submission Acknowledgement:
The Bidders shall complete all the processes and steps
required for Bid submission. The system will generate an
acknowledgement with a unique bid submission number
after completing all the prescribed steps and processes by
the Bidders. Users may also note that the bids for which an
acknowledgement is not generated by the e-Procurement
system are treated as invalid or not saved in the system.
Such invalid bids are not made available to the Tender
Inviting Authority for processing the bids. The Government
of AP and M/s APTS are not responsible for incomplete bid
submission by users.
25. General Terms & Conditions As per Tender Document
5

HOW TO APPLY
• Click at www.tender.apeprocurement.gov.in or https://tender.eprocurement.gov.in to download
e-Procurement notification.
• Read the complete document, carefully before uploading tender.
Note: For any help or technical support on e-Procurement, Bidders may contact the following
help desk at: -
Vupadhi Techno Services Pvt. Ltd.
Vijayawada Office:
Flat No : 510, 5 th Floor,
Sreeram’s Sneha Avenue,
Near Aravinda School, Kunchanapalli,
Tadepalli (M), Guntur (Dist) – 522501.
Andhra Pradesh.
Phone No: 08645 - 246370/ 71/ 72/ 73/ 74
6

PART-A
GOVERNMENT OF ANDHRA PRADESH
POLICE DEPARTMENT
Office of the
Inspector General of Police,
P & L, A P., Mangalagiri.
Date:07.03.2024
e-TENDER NOTIFICATION

Tenders invited from OEM/Authorized dealers for Procurement of Manpack batteries


and Helical Antennas.

Sch Item Code Description Qty


Motorola Manpack Batteries
1 MMB 1. VHF Manpack Batteries 1600
2. UHF Manpack Batteries 500
Kenwood Manpack Batteries and Helical Antennas
1. VHF Manpack Batteries 1400
2 KMBH
2. VHF Helical Antenna 1400
3. UHF Helical Antenna 100
3 HMB Hytera Manpack Batteries 200

Two-Bid System i.e. “Pre-qualification bid & Technical


a) The Tender system is
bid” and “Commercial /Financial Bid”.
On e-procurement website
b) Tender Schedule Form
www.tender.apeprocurement.gov.in
c) Tender Schedule Time As specified in NIT details
The scope of Tender shall remain open for acceptance
d) Validity of offer
until 180 days from the date of Purchase Order.
To pay DD/On-Line through bank A/C
No.33901810087 of Administrative Officer O/o
Director, Police Communications, Andhra Pradesh,
Vijayawada, State Bank of India Treasury Branch,
EMD / Bid Security for above Vijayawada, Krishna Dist., Andhra Pradesh, IFSC Code
e) specified amount separately for No.SBIN0016857. Acknowledgement of payment
each item. receipt should be submitted to Tender Inviting
Authority OR Crossed Demand Draft/Pay Order/Bank
Guarantee from any Nationalized Bank drawn in favour
of Administrative Officer, O/o the Director, Police
Communications, A.P., Mangalagiri.

Sd/-
Inspector General of Police,
P&L, A.P., Mangalagiri.
7

PART - B
Pre-qualification Eligibility Criteria
All bidders are required to submit their offers as follows

1. OEM (Original Equipment Manufacturer) Certificate/Valid Authorization Certificate.


2. Company/Firm Registration Certificate, Copies of Tax Registration certification and
GST Registration Certificate.
3. On-Line/DD towards Processing Fee and On-Line/DD/BG towards EMD.
4. NSIC/MSME certificates those seeking EMD exemption, and the tendered items should
be listed in the respective certificates.
5. Copy of the Income Tax Returns for last 3 Assessment Years i.e. 2020-21,2021-22,
2022-23.
6. Turnover:
Bidder should have minimum Annual Turnover Cumulative for the last three
Financial Years i.e. 2020-21 and 2021-22, 2022-23 supported with certified copies of
the Charted Accountant with his registration number and seal. For
Schedule 1 – 1.17 Cr.
Schedule 2 – 1.0 Cr.
Schedule 3 – 0.13 Cr.
Bidder should submit past experience of the similar equipment supplied to any
7. state/central PSU’s along with copies of purchase orders, performance and satisfactory
or similar certificates issued by competent authority.
8. The Bidder should be registered under Companies Act, 1956 or Companies Act 2013
or as amended.
9. The quoted items should have not been rejected by any State/Central organizations
basing on the Performance.
10. Any State Government / Central Government / PSU should have not blacklisted the
Bidder / OEM / Authorized Partner for any reason in the last three financial years as
on bid calling date. A letter of undertaking on the letter heads of the Bidder / OEM /
Authorized Partner should be submitted separately stating that they have not been
blacklisted by any State Government / Central Government / PSU for any reason in
the last three years and should be signed by an Officer competent and having the
power of attorney (with Company stamp) to bind the Bidder / OEM / Authorized
Partner. The letter of undertaking should be submitted (FORM -16)
11. The Bidder / OEM / Authorized Partner should mention that they agree to the
Arbitration clause of the Tender Enquiry.
12. Tender documents duly completed and signed without indicating, the rates quoted.
Note:
1. Bidder(s) who qualified in the pre-qualification stage will only be called to technical bid stage.
2. The decision of Purchase Committee shall be final as regards to the acceptability of either all
the above conditions or waive certain conditions and shall not be required to give any reason
in writing or otherwise at any time for rejection of the Bidders for not qualifying the pre-
qualification conditions.
8

PART- C

Technical Evaluation Criteria

Tender conditions/specifications shown at Part-F (Pg.14) will not be


relaxed in favour of any bidder.

Technical Evaluation Committee (TEC) formed by Tender Inviting Authority will


evaluate Technical bid. Bidders who have qualified in Pre-Qualification Criterion of this
NIT document only shall be evaluated by TEC.

The Bidder will be required to demonstrate the Equipment’s/Products/ able to produce


the required information/data / evidence before the Technical Committee for assessing the
technical suitability and performance of the equipment as per Tender Specifications.

Note:
1. The Bidders who qualify in the Technical stage will only be called to Financial bid stage.

2. The Price bids of only that Bidder whose technical bid as well as performance of their
Equipment/Products/Solution so demonstrated are found acceptable as per Technical
Evaluation will be opened. If the supply / service is found inferior / poor, the contract
will be terminated at the cost, risk of the bidder besides forfeiture of the SD and PBG.
9

PART-D
Commercial/ Price Bid

PRICES TO BE QUOTED ONLINE ONLY

a) Price to be quoted for scheduled items for the total quantity specified in Part –A
inclusive of all Taxes freight charges, on site delivery.
b) The break-up towards equipment cost, Tax component and other charges during
original warranty period to be submitted in a sealed cover along with the Bid
documents at the time of Price bid as
c) Offers with such stipulations like ‘as applicable’ will be treated as vague and are liable
to be ignored.
d) The price bid of eligible bidders will be opened, and order would be considered on
the lowest bidder(s) subject to their capacity and performance etc.
e) The IGP P&L shall not be required to give any reason in writing or otherwise at any
time for rejection of the Bidders or articles.
f) The acceptance of the tender will be intimated to the successful bidder only.
g) The rates finalized for each item and mentioned in the P.O. is valid for a period of
one year from the date of PO. If any additional quantity is required by the Dept., the
Vendor has to supply at the same price with same terms & conditions.
Note: Full name and status of the person signing the tender documents must be clearly
mentioned in the tender documents.

Before submission of tender, Bidders will check the Check List attached to those
tender documents for compliance on various stipulations of the tender.
The Company applying tender against the subject TE are informed that all
relevant details with reference to Tender Enquiry stipulations are clearly responded to.
In case any of the Tender Enquiry stipulations not clearly stated to/replied to by any one
of the Companies, no repeat no clarifications will be sought from the concerned Company
and its offers will be rejected out rightly.

Sd/-
Inspector General of Police,
P&L, A.P., Mangalagiri.
10

PART –E
GENERAL CONDITIONS

1. All Tender Documents attached with this Invitation to Tender including the specifications
are sacrosanct for considering any offer as complete offer. It is therefore important that
each page of the TENDER DOCUMENT IS DULY COMPLETED AND SIGNED.

1. Purchaser Inspector General of Police, P&L, AP

2. Inspection Officer Any officer recommended by Inspector General of Police, P&L,


AP
3. Delivery of Stores at FREE DELIVERY at Technical Stores, Tech Tower, A.P.,
Mangalagiri.
4. Delivery required by Within 30 days from the date of Purchase Order for entire
quantity or as otherwise specified in the tender document.
5 Payment Terms The standard payment terms, subject to conditions and
recoveries if any under the penalty clause in the tender
terms and conditions will be as under:
100% of the P.O. value will be paid against the delivery
and its acceptance by the user, and on submission of
Delivery Challans.

2. Bidders should disclose the name and full address (along with telephone/Fax No.) of the
place where the stores will be manufactured and offer for inspection. In case the Company is
registered, they should clarify whether they are registered as a Manufacturing unit or in any
other capacity. In case the registration is as a Manufacturer, they should indicate the
registration number & place of registration with full address/phone no. of their manufacturing
facility.

3) Purchaser reserves the right to increase or decrease the quantity at any stage.

4) Purchaser reserves the right to change the consignee and change the quantity of stores
allotted to them. Purchaser reserves the right to scrap the tender without assigning any
reasons at any stage.

5) Only reputed Manufacturers or their authorized Dealers of the stores specified in Tender
Specifications of Tender document should respond. In countries where manufacturers are
authorized to export the equipment only through their authorized Dealers, Govt. marketing
agencies, such agencies are allowed to bid. The Bidder must furnish certificate with their
tender from manufactures and their Govt. certifying authenticity as above, failing which their
tender will be summarily rejected. The foreign manufacturers of the tendered store will also
have to give details in the tender document of the after-sales-service to be provided after
expiry of warranty period.

6) Offer from companies whose business activities are limited to procuring items from
manufacturers, both Indian and foreign and supplying the same to purchaser having no after
sales service back up will not be entertained.
11

Note: No clarification from any bidder shall be entertained after the close of date and time
for seeking clarification mentioned in tender call notice.

8) EARNEST MONEY DEPOSIT:

The Earnest Money Deposit shall be retained by the Purchaser till submission of @
10 % of Security Deposit & 5 % Performance Guarantee. No interest will be payable
by the Purchaser on this amount.
Forfeiture of Bid Security
The Bid Security shall be forfeited under following conditions:
i) If the bidder withdraws the bid after Bid opening during the period of
bid validity
ii) If the bidder does not accept the correction of errors made to the Bid prices
during bid evaluation.
iii) In the case of a successful bidder, if the bidder fails within the specified time
limit to Sign the Contract Agreement; or
iv) A successful bidder fails to furnish the Performance Security at the time of
signing the Contract Agreement

9) SECURITY DEPOSIT, PERFORMNACE GUARANTEE

• Security Deposit:-The successful bidder will have to submit a Security Deposit @


10% of basic value on the total Purchase order/work order by way of Demand Draft
/ Bank Guarantee before the release of Purchase order/work order - as per Article
129(A) of APFC Vol.I. The Security Deposit has to be drawn in favour of
Administrative Officer, O/o the Director Police Communications, A.P.,
Mangalagiri. The Security Deposit will be returned after the successful completion of
supply of entire Equipment to the satisfaction of the Purchase Committee.
• Performance Bank Guarantee: - The successful bidder shall deposit @ 5% of the
basic value on the total Purchase order/work order as Performance Bank Guarantee
for the stipulated warranty period. The Performance Bank Guarantee has to be drawn
in favour of Administrative Officer, O/o the Director, Police Communications,
A.P., Mangalagiri. The same Performance Guarantee will be returned after
completion of the warranty period.
a. Conditions:-
i) If the Tenderer who fails to supply the material / perform the task assigned to him
in the purchase order, within the period prescribed for such delivery specified
above, the IGP Technical Services or other competent authority, shall be entitled
at his discretion as per CVC Guidelines.
ii) If the tenderer fail to deliver the material within the stipulated period, the P.O. will
be cancelled and will forfeit the EMD.
iii) The successful bidder will have to enter into an Agreement with the IGP Technical
Services, Andhra Pradesh, Mangalagiri and on behalf of the Governor of Andhra
Pradesh for the performance of the contract on Rs.100/- non-judicial stamp paper
of Andhra Pradesh, the cost of which has to be borne by the supplier. The
agreement bond should be submitted within 2 days from the date of receipt of
intimation letter/PO from this office.
12

10) Guarantee / Warranty

The Supplier shall provide comprehensive on-site Guarantee/Warranty for all


the equipment’s mentioned supra supplied under the Contract for a period of 12 Months as
specified in the Tender schedules.

11) Standards: The goods supplied under this contract shall conform to the standards
mentioned in the technical specifications and where no applicable standards have been
prescribed, such standards shall be the latest issued by the recognized and accepted Quality
Control Institutions.
12) Patent Rights: The Bidder shall indemnify the Purchaser against all third-party claims
of infringement of patent, trademark or industrial design rights arising from the use of the
Goods or any part thereof.

13) Delegation: The Purchaser may delegate any office functions / authority to any other
competent person or his subordinate official or supervision consultant as the Purchaser think
appropriate for effective administration for the contract. However, these delegations will not
diminish the overall authority of the Purchaser. The Purchaser can review the delegations so
made at any time. The delegation of function/authority by the Purchaser shall be intimated to
the Supplier in writing.
The Supplier shall designate and authorize a representative to deal with the Purchaser,
Engineer, and Engineer’s Representative. The name of the Supplier’s representative shall be
notified by the Supplier to the Purchaser in writing.

14) Sub-Contract: The Supplier shall not sub-contract whole or part of the works without
the prior consent of the Purchaser. Any such consent shall not relieve the Supplier from any
liability or obligation under the contract and he shall be solely responsible for the acts, defaults
and neglects of any Sub-Supplier

15) Award of Contract: Prior to the expiry of the period of bid validity, the Purchaser will
notify the finally selected Bidder and place the supply order thereafter. If a need for extension
of the bid validity period arises, it should be extended by mutual agreement. The notification
of award/placement of supply order will constitute the formation of the Contract.

16) Delay in the Suppliers performance: Delivery of the Goods and performance of
services shall be made by the supplier in accordance with the time schedule specified by the
Purchaser in its Schedule of Requirements. All unexcused delay by the Supplier in the
performance of its delivery obligations shall render the supplier liable to forfeiture of its
performance security bank guarantee, imposition of liquidated damages and/or termination
of the contract for default.

17) The supplies not distributed and kept in the stores for a period of one year and found
with any manufacturing defects, color fade etc., are to be replaced free of cost by the supplier
and consequential losses borne by Bidder in case of defaults like fading of color etc.

18) The buyer will not pay for transit insurance and the bidder will be responsible until the
entire consignment reaches the central stores in good condition.
19) Whenever under this Purchase Order any sum of money is recoverable/payable by Bidder,
the Inspector General of Police, Technical Services, Mangalagiri shall be entitled to recover
such sums by appropriating in part or whole the balance and the total sum/due recoverable,
as the case may be, shall be deducted from any sum/due or which any time thereafter money
13

becomes due to the bidder, under this, or any other contract with the Government, such
deduction being made from the bidder’s bills.
20) In case of any breach of contract, Terms of Agreement and Purchase Order and its
conditions, the decision of the Inspector General of Police, Technical Services, Mangalagiri is
final and binding on the bidder.
21) Rejected goods or materials shall be removed at the expenses of bidder within seven
days, after the notice has been given to the bidder. If not removed the Inspector General of
Police, Technical Services, Mangalagiri may cause the goods or materials to be removed and
penalize the bidder with all expenses incurred in such removal.
22) The contract or any part of it shall not to be transferred or assigned by the bidder directly
or indirectly to any other agencies whom-so-ever without the written consent of the Inspector
General of Police, Technical Services, Mangalagiri.
23) In case of any dispute, the matter can be referred to competent Court at Vijayawada City
only and not anywhere else.
24) The bill of cost should be submitted in triplicate to this office duly showing the tax
component separately for arranging necessary payment.
25) ARBITRATION:
“Any dispute or difference whatsoever arising between the parties to this Contract out of or
relating to the construction, meaning, scope, operation or effect of this Contract or the validity
or the breach there of shall be referred to a sole Arbitrator to be appointed by A.P. Police only.
If the Implementation agency cannot agree on the appointment of the Arbitrator within a
period of one month from the notification by one party to the other of existence of such
dispute, then the ultimate Arbitrator shall be DGP, A.P. only. The provisions of the Arbitration
and Conciliation Act 1996 will be applicable and the award made there under shall be final
and binding upon the parties hereto, subject to legal remedies available under the law. Such
differences shall be deemed to be a submission to arbitration under the Indian Arbitration and
Conciliation Act 1996, or of any modifications, Rules or re-enactments thereof. The Arbitration
proceedings will be held at Vijayawada, Andhra Pradesh State, India. Any legal dispute will
come under Andhra Pradesh State jurisdiction at Vijayawada only.”
GOVT. POLICY The purchaser reserves the option to give a purchase/price preference to
offers from the public sector units and / or from other Companies in accordance with the
policies of the Govt. from time to time.

Signature of the Tenderer_________________________________

Name in Block Letters ____________________________________

Capacity in which Tender Signed __________________________

Full Address _____________________________________________

Sd/-
Inspector General of Police,
P&L, A.P., Mangalagiri.
14

Part F - Technical Specifications

Schedule -1: Motorola Manpack Batteries

1. VHF Manpack Batteries:

S.No Description Specification


1 Name of the Model Motorola XiRP 8668
(manufactured by OEM only)
2 Volts 7.4V
3 Capacity (mAh) 2450 or Higher
4 Chemistry Li-Ion, Belt clip included
5 Run time Analog-12 Hrs., Digital-18 Hrs.
with duty cycle 5/5/90
6 Length (cm) 13.03
7 Width (cm) 4.15
8 Height (cm) 5.52
9 Weight (Grams) 295 or lesser

2. UHF Manpack Batteries:

S.No Description Specification


1 Name of the Model Motorola MTX 960
(manufactured by OEM only)
2 Volts 7.4V
3 Capacity (mAh) 2450 or Higher
4 Chemistry Li-ion, Belt clip included
5 Run time Analog-8 Hrs., Digital-11 Hrs. with
duty cycle 5/5/90
6 Length (cm) 12.40
7 Width (cm) 5.99
8 Height (cm) 3.57
9 Weight (Grams) 162 or lesser
15

Schedule -2: Kenwood Manpack Batteries and Helical Antennas:

1. VHF Manpack Batteries:

S.No Description Specification


1 Name of the Model Kenwood NX 3220
(manufactured by OEM only)
2 Volts 7.4V
3 Capacity (mAh) 2000 or Higher
4 Chemistry Li-ion
5 Run time Analog-10 Hrs., Digital-13 Hrs. with duty
cycle 5/5/90
6 Length (cm) 10.06
7 Width (cm) 5.58
8 Height (cm) 1.60
9 Weight (Grams) 83 or lesser

2. VHF Helical Antenna:

S.No. Description Specification


1. Kenwood Manpack Model NX 3220
Helical Antenna (Kenwood KRA-26,
frequency 146 -174 MHz
manufactured by OEM only)

3. UHF Helical Antenna:

S.No. Description Specification


1 Kenwood UHF Manpack Model NX-420
Helical Antenna (manufactured by OEM only)
16

Schedule -3: Hytera Manpack Batteries

S.No Description Specification


1 Name of the Model Hytera PD 788G
(manufactured by OEM only)
2 Volts 7.4V
3 Capacity (mAh) 2500 or Higher
4 Chemistry Li-ion
5 Run time Analog-11 Hrs., Digital-14 Hrs. with duty
cycle 5/5/90
6 Length (cm) 10.49
7 Width (cm) 1.80
8 Height (cm) 5.5
9 Weight (Grams) 105 or lesser

Sd/-
Inspector General of Police,
P&L, A.P., Mangalagiri.
17

ANNEXURE –I
PERFORMANCE CERTIFICATE

Name of Firm: ________________________________________________________

1. a. Contact Nos. & Purchase Order :

b. Name of the buyer :

2. Description of Stores supplied :

3. Quantity on order :

4. Value (in lakh of Rupees) :

5. Original Delivery Period (DP) allowed :

6. Qty. supplied within the


original Delivery Period (DP)

1. Whether any extension of delivery


time was granted. :

8. Last supply position.


a. Quantity :
b. Delivery Period :

9. Reasons for Delay in supplies :


(if any)

10 Satisfaction report the stores :


enclosed or not? If any)

Signature of Bidder

* Purchase/Work order along with satisfactory certificate issued by the buyer must be
enclosed in both hard and soft copies.
* All columns should be filled and supported with copies of documents as proof.
18

Annexure- II
Check list for Bidders/Suggestive
(Bidders should check following requirements for compliance before submission of the
tender documents)
Compliance (To be indicated by
Sl. Requirements to be checked by the Bidders before submission of the
the tenderer with “YES” after
No. tender.
compliance of the requirements)
1. Bidders should mention the item for which they have quoted. This should
be mentioned in the covering/ forwarding letter head of the technical bid.
2. Whether Bidder enclosed required Earnest Money Deposit.
3. Bidders should confirm that their equipment/products conform to the governing
specifications of the quoted stores as per Tender Enquiry.
4. Bidders should mention their monthly manufacturing/ supplying
capacity.
5. Bidders should mention in the Tender Enquiry that they accept our
delivery terms i.e. they agree to supply stores at consignees’ locations
at freight, risk and cost of the Bidders.
6. Bidders should mention the validity period of the offer from the date of
opening of the tender.
7. Bidders should mention their Delivery Period clearly.
9. Bidders should mention that they agreed to the Arbitration clause of the
Tender Enquiry.
10. Bidders should mention whether it is a manufacturer of the store(s)
quoted or authorized agent. In case of agent, it should submit valid
authority letter(s) of their Principal(s) for the stores they have quoted.
(Mandatory)
11. Bidders should mention that Business dealing with their Firms has not
been banned by any govt. / private agencies.
12. Bidders should ensure that witness has signed at appropriate places of
the Tender documents and full name and address of the witness has
been mentioned clearly.
13. Bidder should enclose proper Index with Page Nos. and ensure to sign
each page of the Tender documents with name, designation, seal and
address of the signatory.
14. Bidders should mention their address for communication with
Telephone and Fax Number.

Signature of the Bidder,


with full Address, Mobile No, e-mail id.
19

FORMAT OF EMD (IN CASE OF BANK GUARANTEE)

Whereas ……………………………………(hereinafter called the "Bidder") has submitted their offer


dated………………………………….for the supply of

(hereinafter called the "Bid") against the Buyer's Request for proposal
No.………………………………………………

KNOW ALL MEN by those present that WE…………………………of


…………………………………………….. having our registered office at
……………………………………………………………. are bound unto………………….
(hereinafter called the "Buyer) in the sum of for which payment will and truly be made to the said
Buyer, the Bank binds itself, its successors and assigns by these presents. Sealed with the
Common Seal of the said Bank this…………… day of ____________ 2024.

The conditions of obligations are -

(1) If the Bidder withdraws or amends, impairs or derogates from the Bid in any respect within the
period of validity of this tender.

(2) If the Bidder having been notified of the acceptance of his tender by the Buyer during the period
of its validity.

a) Fails to furnish the Performance Security for the due performance of the contract.

b) Fails or refuses to accept/execute the contract.

WE undertake to pay the Buyer up to the above amount upon receipt of its first written demand,
without the Buyer having to substantiate its demand, provided that in its demand the Buyer will
note that the amount claimed by it is due to it owing to the occurrence of one or both of the two
conditions, specifying the occurred condition or conditions. This guarantee will remain in force
upto and including 45 days after the period of tender validity and any demand in respect thereof
should reach the Bank not later than the above date. …………………………….

(Signature of the authorized officer of the Bank) Name and designation of the officer

Seal, name & address of the Bank and address of the Branch
20

ANNEXURE – III
Performance Security Form

(To be issued by a bank scheduled in India having at least one branch in Vijayawada)

To:

Inspector General of Police,


Technical Services,
Andhra Pradesh,
Mangalagiri.

(Tender Ref. No. -----------, dated

Whereas__________________________(Name of vendor) hereinafter called "the Vendor"


has undertaken, in pursuance of Contract No__________Dated___________(Date), to
supply__________________called " the Contract".

And whereas it has been stipulated by you in the said Contract that the Vendor shall furnish
you with a Bank Guarantee by a recognized bank for the sum specified therein as security for
compliance with the Supplier's performance obligations in accordance with the contract.

Whereas we have agreed to give the Vendor a Guarantee.

Therefore We hereby affirm that we are Guarantor and responsible to you, on behalf of the
Vendor, up to a total of Rs.________________ and we undertake to pay you, upon your first
written demand declaring the Vendor to be in default under the Contract and without cavil or
argument, any sum or sums within the limit of Rs__________ (Amount of Guarantee) as
aforesaid, without your needing to prove or to show grounds or reasons for your demand or
the sum specified therein.

This guarantee is valid until sixty days beyond the warranty period.

Place:

Signature and seal of guarantors:

Date:
21

QUESTIONNAIRE-1

[Please Mark √ in appropriate Box and fill the answer correctly. Bidders leaving the box unmarked and
questionnaire unanswered shall be rejected]
1. Name and address of Manufacturer/Authorized Dealer
______________________________________________________________

______________________________________________________________
2. a. Proof of Manufacturing
b. Proof of Authorized Dealer and also the proof of the original Manufacturer
c. Manufacturing capacity in volume and in Rs. lakhs per annum
d. Turnover of last three years with proof of aviated balance sheet
e. Purchaser order copy and satisfaction report

3. a. Whether registered as SSI/NSIC/MSME


(copy of certificate) YES NO
b. If yes, Monetary limit [Enclose Photocopy of
Reg. Certificate] [Lakh] [Without Limit]

c. Validity Date
4.
Terms of delivery: Free delivery at Technical Stores, Tech Tower, A.P., Mangalagiri.

YES No
5. a] Delivery period in 30 days from ________________________________
date of placement of order/
approval of Advance Sample. _____________________________ Month

b] Solution Offered ________________________________

6. a. Whether store fully conforms to


tender schedule specifications in all YES NO
respects.

b. If answer to 6 [a] is No. Indicate


the details of deviation in separate
sheet.
7. Have you enclosed required EMD
YES NO

8. Do you accept tolerance clause


YES NO

9. Do you accept the liquidated damage clause


YES NO
22

10.
a. Do you accept the Security Deposit YES NO
and Performance Guarantee
Deposit clause?

b. Did you enclose the above


YES NO

Signature of the Bidder ____________________________________

Name in Block Letters ______________________________________

Capacity in which Tender signed ____________________________

Fill in the blanks ____________________________________________


23

QUATIONNAIRE-2
BIDDERS SHOULD FURNISH SPECIFIC ANSWERS TO ALL THE QUESTIONS GIVEN BELOW. BIDDERS MAY PLEASE NOTE THAT IF THE
ANSWER SO FURNISHED ARE NOT CLEAR AND /OR ARE EVASIVE, THE TENDER WILL BE LIABLE TO BE IGNORED
01. Tender No. :
02. Solution offered/ Hardware offered :
03. Name and address of manufacturer :
04. Station of manufacture :
05. Please confirm that you have offered packing as per tender :
enquiry requirements if not indicate deviations.
06. IT PAN No. and TIN No. :
07. Status.
a] Indicate whether you are SSI/NSIC/MSME :
b] Are you registered with DGS&D for the item quoted?
c] If you are a small-scale unit registered with SSI/NSIC under :
Single Point Registration scheme, whether there is any monetary
limit :
d] In case you are registered with SSI/NSIC under Single Point
Registration Scheme for the item
quoted confirm whether you have attached a photocopy of the
registration certificate indicating the items for which you are
registered.
08. a] If you are not registered either with SSI/NSIC or with DGS&D, :
please state whether you are
registered with Directorate of Industries of State Government
concerned. :
b] If so, confirm whether you have attached a copy of the
certificate issued by Director of Industry
09. Please indicate name & full address of your Banker :
[a] Name & Address of Bank
[b] Accounts No. [Core Banking]
[c] IFSC Code
[d] MICR Code
[e]Whether Bank branch is NEFT/RTGS enabled or not
10. Business name and constitution of the firm :
Is the Firm registered under:-
i. The Indian Companies Act 1956.
i. The Indian Partnership Act 1932
[Please also give name of partners.
iii. Any Act; if not, who are the owners.
[Please give full names and address]
11. Whether the tendering Firm is/are :
1. Manufacturer :
2. Manufacturer’s Authorized Dealers. :
N.B If manufacturer’s / authorized dealers please enclose with tender the copy of manufacturer’s authorization on properly
stamped paper, duly attested by a Notary Public.
12. If stores offered are manufactured in India, please state whether :
all raw materials components etc. used in their manufacture are
also produced in India. If not give details of materials components
etc, that are imported and their breakup of the indigenous and
imported components together with their value and proportion it
bears to the total value of the store.
13. State whether raw materials are held in stock sufficient for the :
manufacture of the stores
14. Please indicate the stock in hand at present time :- :
1. Held by you against this enquiry.
24

2. Held by M/s._______________________________________ over which you have secured an option.

15. For partnership Firms state whether they are registered or not :
registered under Indian Partnership Act, 1932. Should the answer
to this question by a partnership Firm be in the affirmative, please
state further: -
1. Whether by the partnership agreement, authority to refer :
disputes concerning the business of the partnership to arbitration
has been conferred on the partner who has signed the tender.
2. If the answer to [1] is in the negative, whether there is any :
general power of attorney executed by all the partners of the Firm
authorizing the partner who has signed the tender to refer
disputes concerning business of the partnership to arbitration?
3. If the answer to either [1] or [2] is in the affirmative furnish a :
copy of either the partnership agreement or the general power of
attorney as the case may be
N.B1. Please attach to the tender a copy of either document on which reliance is placed for authority of partners or the partner
signing the tender to refer disputes to arbitration. The copy should be attested by a Notary Public or its execution
should be admitted by Affidavit on a properly stamped paper by all the partners.
2. Whether authority to refer disputes to arbitration has not been given to the partner signing the tender the Bidders must
be signed by every partner of the Firm. Here state specifically,
1. Whether the price tendered by you is to the best of your :
16. knowledge and belief, not more than the price usually charged by
you for stores of same nature/class or description to any private
purchaser either foreign of as well as Govt. purchaser. If not state
the reasons thereof. If any, also indicate the margin of difference.
2. In respect of indigenous items for which there is a controlled :
price fixed by law, the price quoted shall not be higher than the
controlled price and if the price quoted exceeds the controlled
price the reasons thereof should be stated.
17. State whether business dealings with you have been banned by :
Min/Dept. of Supply/Min. of Home Affairs?
18. Please confirm that you have read all the instructions carefully :
and have complied with accordingly:
Signature of Witness Signature of Bidder Signature of
Witness
_________________________________ _________________
[Full Name and address
[Full Name and address of witness in Block letters] of the persons signing in _________________
Block letters] [Full Name and address
Whether signing as of witness in Block
Proprietor / Partner / letters]
Constituted Attorney /
duly authorized by the
Company.
25

Annexure-IV

COMMERCIAL BID FORMAT

Hard copy must be submitted at the time of financial bid opening.

Cost Landed Total


Sch Description Qty Basic Price
component Price Amount
1
2
3
4
5
6

The bidder should consider all above charges and offer their final price for 1 Year
period.

You might also like