Tender Notice Advt. No. 15/ E.M.D. Cost (INR)

Size: px
Start display at page:

Download "Tender Notice Advt. No. 15/ E.M.D. Cost (INR)"

Transcription

1 The tenders are invited in two parts from registered contractors of Sealed and typed & its Subsidiaries or eligible bidders having experience in same nature of work for the following works: Tender Notice Advt. No. 15/ S.No. DESCRIPTION OF WORK Estimated Cost (INR) E.M.D. Cost (INR) Cost Of Tender Document Last Date Of Submission 1 Design & SITC of RFID System for Digital Library (INR) (INR) (INR) Till up to 3.30 pm Subletting will not be allowed to any vendor/agency as per CIL policy. Tender to be submitted in your own letterhead neatly typed duly signed by the authorised person withbidders seal. Hand written tender will not be considered. All envelopes containing offers shall be Properly sealed. The name & address of the bidder must also be given on each envelope with tender no. and date of opening. Scope of work: Design, Supply, Installation and Commissioning of RFID System for Digital Library (Book Library). The details of the Project are given in Annexure-B. Eligibility and Proneness Criteria Bidder should be a company registered in India under the Company Act/ partnership firm/proprietorship firm or should be Public sector organization. Furnish certificate of registration. The Bidder must have a representation in the state of Maharashtra. The OEM/Bidder must be an Original Equipment Manufacturer (OEM) of RFID hardware components OR an authorized representative of an OEM dealing in UHF RFID equipment and hardware. The OEM/Bidder should have experience of installing UHF RFID Solution in any reputed five Libraries in IndiaNeed to enclose scan copy of Purchase Order). The Bidder should provide the ITR and Balance Sheet for the year ( , and ) need to be placed in the bid. The Bidder should provide PAN Card, EPF registration details and GSTIN certificate need to be provided. Bidding firm must have local branch available for quick support. (Certificate need to be provided Bidding firm must have a turnover of at least 2cores for the last two financial years. OEM/Bidder should be an ISO 9001 certified organization. Copy of the ISO certificate needs to be furnished. Financial eligibility should be either of the following. a. Three same completed works each costing not less than the amounting equals to 40 % of the estimated cost. OR b. Two same completed works each costing not less than the amounting equals to 50 % of the estimated cost. OR c. One same completed works each costing not less than the amounting equals to 80 % of the estimated cost. Terms and Conditions:

2 Techno-commercial part:- 1) Part 1(envelope-I) The first envelope clearlysuper scribed as part-1 Techno-commercial bid and shall contain the followingdocument. a) Certificate stating that no condition is given in the price bid. b) Bank details with the RTGS/NEFT No. & Account details. c) No deviation certificate ` must be enclosed if there is no deviation fromnit terms and conditions. d) Name of the person to be contacted with telephone/mobile/fax No. e) Photocopy of Sales Tax registration / GSTIN number / Service Tax registration/pf registration f) Attested copy of IT PAN card. g) If Bidder work co-partner then attached agreement copy. With copy of IT Pan h) Blank format of price bid as quoted by the tendered (without price) i) D/D (Demand Draft) favour of Accounts KHS, Sewagram. as per EMD amount. j) Self Certificate that the firm is not Banned or delisted by any Organization/Govt/PSU/Private LtdCompany. k) Certificate that there is no change or any alterations made in the Available Document. Price Bid Format:- 2) Part-II Sl.No: Description: Qty: Basic Rate: Installation Rate: Total Value: Taxes: S. Tax: Any other charges: Discount (if any) Landed cost Total landed cost = Rs Bidder with the lowest total landed cost including all charges shall be considered as LI 3) Work completion: - The tendered work should be completed within 5 Month From the date of the issuance of work order. 4) L.D. Clause: - In the event of failure to execute the work within the stipulated Period mentioned in work order and in the event of breach of the terms andconditions in the order KHS / Organization has the right to impose penalty clause as per theexisting rule of company at the rate of 0.5% per week to the maximum of10.0% of the order value. Where felt necessary, the limit of 10.0% can beincreased to 15.0% at the discretion of approving authority. Tender Sale begins on Tender Sale closes on Available as in working hours (10.00 am pm) 5) Last date and time of submitting Tender: On at 3.30 pm 1. Tender document shall be issued to the contractor / Firm on receipt of written request to the office of undersigned at Head of Engineering Maintenance Department KHS Sewagram, 2. Part I of the offer in sealed cover should contain Earnest Money and the Tender Document issued by department on payment of Rs (INR), non refundable duly accepted and signed and all other documents as mentioned below towards qualifying criteria duly signed by Bidders. Cost of tender document should be paid in check / account pay at Accounts Dept. KHS Sewagram. 3. Part II of the offers should be submitted in a separate sealed cover whichwill contain only price bid with schedule of quantities issued by dept. alongwith tender document. The Part-II i.e. Price bid of the offer submitted shall beopened only after ascertaining the eligibility of the valid bidders based ondocumentary evidences submitted by them in Part-I.

3 4. Document Availability: Tender document can be obtained from the office of the undersigned at Head of Engineering Maintenance Department KHS Sewagram, between am to 5.00 p.m. in all working days from to (Except Saturday, Sunday& Holidays). 5. Receipt of Tenders: Tenders will be received in two separate sealedcoversmentioned as Part-I & Part-II in the office of the undersigned up to 3.30 pm.on a) The tender must be submitted at Inward Department of KHS Sewagram. Tender submission on or before till 3.30 p.m.tender opening on at p.m in the office of Secretary KHS Sewagram.KHS Sewagram. Organization shall not be responsible for any postal delay in receipt of tender. Late receipt of tender after due date and time will not be considered. 6. Opening of Tenders: Part-I of the tenders will be opened in the office of theundersigned at pm on. Part-II of the offer will be opened, afterascertaining the eligibility of the valid bidders based on the documents received alongwith Part-I as per requirement of Tender Document, with the intimation to the Qualified bidder. 7. EMD Receipt: Earnest money deposit as required as per NIT shall have to be Submitted along with Part-I of the offer in the form of DD/ Pay order drawn in favour of Secretary Kasturba Health Society, Sewagram., on any Nationalized bank payable at Sewagram. EMD in the form of cheque or postal order will not be accepted. No interest shall bepaid on EMD. (a) Bidder may contact the Electrical Maintenance Department, KHS, Sewagram. To clarify any queries regarding with the installation work and site, before pricing the quotation. b) If necessary Biddermay visit the installation locations asmentioned in the scope of work after getting permeation form the department and submit joint inspection note dulysigned by authorized person from the department alongwith their bids. 8. Other details may be obtained from the detailed tender documents. 9. Conditional offers will not be accepted. 10. The Company is not under any obligation to accept the lowest tender / tenders and reserves the right to reject any or all the tenders without assigning any Reasons whatsoever, and also to distribute the work and allot the work/ works to more than one Bidder, at its sole discretion. 11. The work will be executed entirely under the supervision of the Bidder as per Hospital Act as per Govt of Maharashtra and KHS does not own anyresponsibility for any accident/ mishap on the part of the person deployed by thebidder and you should work with all safety precautions using helmet, handgloves, safety belt etc. wherever necessary. 13. Bidder are required to go through the technical specifications of UHF RFID Tag System for Library 14. The prices quoted should be FIRM till delivery, Installation &Commissioning. The validity of the offer will be 60 days from the date of opening of price bid. 15. Warranty: (a) The bidder has to provide minimum 18 months warranty from the date of Commissioning of the System for the following items with free serviceback up. i. UHF RFID Reader ii. UHFHandHeld Reader iii. Anti Theft Control Gate Iv. Access Control Unit (b) In case of failure of any items during the warranty period, the bidder has to rectify the problem within 72 hrs of information received. 16. Payment authority: - Accounts KHS, Sewagram. 17. Payment terms:- 80% payment made as against the delivery & submission of the Invoice 18. Consignee:-Engineering Maintenance Department KHS, Sewagram, and All materials shall be routed through Deputed Officer, 19. Inspection authority:-head of Engineering Maintenance Department KHS Sewagram, 20. Transportation: To be arranged by the bidder themselves.

4 Product Details. (Specification) ANNEXURE A UHFTechnology based RFID Tag System for Book Library from a repudiated OEM / Manufacturer / Company with its Middleware Application for RFID readers integrating with Library management software (SLIM), Camera interface, Anti-theft Gatereader& Entry Exit Access control unit. Sr Product Details. (Specification) Qty Unit no. 1 RFID TAG For pasting on each book No. EPC Gen 2(v1.2.0) compliant - ISO/IEC C compliant - Worldwide RFID UHF operation( mhz) - Higgs TM IC with 800-bits Non volatile Memory -32 bit TID -64-bit unique TID -96-bit EPC Memory, extensible to 480-bits -512-bit user Memory -32-bit Access password - 32-bit Kill password - Pre-programmed with a unique, unalterable 62-bit serial number(idea for authentication) - User Memory can be block Perma-Locked - User Memory can be Read Password protected in 64-bit blocks, prohibiting unintended Reads without an access password 2 RFID Combo Card ( work for both as UHF & HF Frequency ) For issuing 2000 No. to each member Dimensions:- Substrate:- Memory:- Frequency:- Read distance:- 3 Book Issue/Return RFID Integrated Reader UHF middle-distance integrative reader, Processor:- ARM CORTEX M3 100M, mm PVC Plan card 96-bit EPC 64-bit UID 224-bit User Area UHF (860~960MHz) & HF up to 5m/16.4ft Memory: - RAM 16Kbits + FRAM 32Kbits. Frequency:- 860MHz-868MHz Protocol :- ISO B, EPC G2, Interface :- RS232, RS485, TCP/IP, GPIO : 1 Relay output, 2 TTL outputs, 2 TTL inputs Reading Range:5-8 m 4 Book Finding Physical Verification UHF handheld reader with PDA Frequency:- 865MHz- 868MHz(CE), Protocol :- ISO B EPC G2 Reading Range:- 5M, Connectivity:- Wi Fi ( b/g), USB, 5 Anti Theft control (For Entry Exit gate) Frequency:- 860MHz- 868MHz(CE) Protocol :- ISO B EPC G2 Reading Range:- 3M Power Consumed:- DC+9V/12V Interface: - TCP/IP Sound Alarm & LED glowing for theft indication 6 Library Kiosk Self Check-in/Check-out Self Check-in/Check-out kiosk with touch screen, UHF RFID reader & thermal printer 7 Library book drop box Book drop box with display monitor, UHF RFID reader & thermal printer 5 No. 2 No. 8 Access Control System RF Reader RF + C + Access + Push Data (RF Reader Compatible UHF Reader Compatible ) 9 Door Controllers for 4 door 10 Door Card Reader for 4 door 11 Electronics Door Lock Drop Bolt Type With Feed Back for glass door/ Strip Type 600 LBS for flap type door with all installation accessory 16 No. 12 Middleware Application for RFID readers For integrating with Library management software (SLIM), Camera interface Anti-theft Gate reader& Access control System Describe all the prices separately as products cost, Installation, GST, IGST, no transportation shell be entertain.

5 ANNEXURE B Schedule of Work For providing, Installation & Commissioning of RFID System for our newly constructed library S.no Scope of work Quantity Unit 1. Providing and allocating RDIF Tag to all our existing books available Aprox. No. 2. Providing and allocating RFID card Aprox. No. to all the members 3 Providing and Installing RFID 1. No. Reader Unit. 4 Providing and Installing Drop box 1. No. unit 5 Providing and Installing Kiosk unit 2. No. 6 Providing and Installing Anti Theft 5. No. Control(For Entry Exit gate) 7 Providing and Installing Access 5. No. Controlon Entry Exit door 8 Providing and Installing Electronic 16. No. lock on Entry Exit door 9 Providing & Implementing Middleware Application for RFID readers For integrating with Library management software (SLIM), Camera interface AntitheftGate reader& Access control System 1. No.

6 DECLARATION:- I HEREBY DECLARE THAT THE FIRM OR THE UNDERSIGNEDINDIVIDUAL SRI/M/S (NAME) HAS NOT BEEN DEBARRED OR DELISTED BYANY ORGINASATION, GOVERNMENT OR QUASI-GOVERNMENT AGENCIES OR PSU. SIGNATURE OF OWNER/PROPRIETOR/DIRECTOR/BIDDEROR WITH STAMP OF FIRM.

7 CHECK LIST S.NO. Description submitted Not submitted 1. Valid GSTN/SSI/Service tax /EPF Registration certificate 2 All the authority certificate from OEM / manufacturer 3 If partner or co partner is there then partnership or co-partner agreement copy on stamp paper 4 Documentary proof of qualifying the Eligibility 5 Acceptance of payment terms 6 Acceptance of guarantee terms. 7 Acceptance of delivery terms 8 A declaration by the bidder for not been Banned or delisted by any govt. /quasi govt. Agencies or PSU 9 Certificate stating that no condition given in the price bid. 10 Submission of copies of work orders for eligibility criteria & work completion certificate for the same work order Note- Bidder to indicate acceptance of submitted/non submitted terms and conditions in above format