ELECTION COMMISSION OF INDIA Nirvachan Sadahn, Ashoka Road, New Delhi-110 001 No.187/3/2012 Dated: 12 th September,2012 TENDER NOTICE Sealed Tenders are invited in two bid system i.e. Technical bid and Financial bid on behalf of Election Commission of India for supply and installation and commissioning of Fire Extinguishers of different type and capacity from the reputed suppliers/firms, registered suppliers borne in the list of DGS&D, which are working with Government departments or has worked with Election Commission of India. 2. Sealed Tenders with separate envelopes clearly superscripting on it Technical and Financial Bids in duly filled in the Proforma and addressed to the Under Secretary (General Administration), Election Commission of India, Nirvachan Sadan, Ashoka Road, New Delhi- 110001, should reach latest by 15.00 hrs. on 28.09.2012 in Room No.303, Nirvachan Sadan, Ashoka Road, New Delhi. 3. The tenderers will submit both the bids simultaneously with the same date of receipt i.e. 1500 hrs on 28 th September, 2012. Both the bids one containing the technical bid duly sealed and the other financial bid duly sealed should be submitted in one main cover. The main cover should also be wax sealed. 4. The tenderers can submit the bid either directly or through their authorized representative. In case, the tender is submitted by the authorized representative of the tenderer, then the tender shall be signed and submitted by authorized representative under legal power of attorney from the tenderer. The sealed tenders can be submitted in the Receipt & Issue Section located at the ground floor of the Nirvachan Sadan building. 5. Tender received after the prescribed time and date shall not be entertained. The Election Commission of India will not be responsible for the postal loss/delay.
6. The technical bids shall be opened on the same day i.e. 28th September, 2012 at 1630 hrs. by a Committee appointed for the purpose by the Commission in the presence of tenderers or their representative who may choose to be present. 7. The Financial bids of only those tenderers who qualify the conditions for technical bids shall be opened. The date for opening of Financial bids shall be intimated separately. The Financial bids shall be opened by the Committee appointed for the purpose by the Commission in the presence of those tenderers or their representative who may choose to be present. 8. Election Commission of India reserves the right to accept or reject in part or in full any or all the tenders at any stage without assigning any reason thereof. The whole supply and installation is required to be completed within 07 days from the date of issue of the purchase order. 9. The cost of tender is NIL. The tender documents are not transferable. 10. The undersigned shall be the accepting officer and hereinafter referred to as such for the purpose of this contract. 10.A All the annexures be dully filled-up and annexure 1 &2 be put with technical bid cover while annexure-3 be put with financial bid cover. 11. All bidders are therefore required to submit their offers in two covers as under:- (a) FIRST COVER (Technical Bid) should contain the following details:- I. Tender documents duly completed and signed BUT WITHOUT INDICATING THE RATES QUOTED. II. Earnest Money Deposit amount. III. For terms, delivery period offered. IV. Performance statement for last three years V. Copy of PAN No. VI. Sales Tax/ VAT Registration Number copies. VII. Technical details/ Original Catalogues of the Manufacturer carrying complete technical specifications/ brochure of subject stores so provided by the bidders should match with the technical specification of the tender enquiry. VIII. Any other relevant document which the firm wishes to submit. IX. Test certificates from manufacturers of the fire extinguishers. X. Copy of BIS license valid on the date of Tender Enquiry. XI. This cover should be superscribed Technical Bid for supply, Installation & Commissioning of Fire Extinguishers in ECI.
(b) SECOND COVER (Financial Bid) should contain the Financial offer giving following details:- I. Details of rates, taxes, duties quoted by the bidder. These details should be submitted in the format given in Annexure-3. II. The words FINANCIAL BID for supply, installation and commissioning of fire extinguishers in ECI should be written clearly and prominently on this envelop. (c) Both the above mentioned covers should be sealed separately and thereafter, be kept in a third cover and again sealed. (d) The composite bid i.e. offers with rates indicated in the Technical bid shall be summarily ignored. (e) The price of the equipment should be quoted exclusive of all taxes, duties and other charges. Sales tax and other charges shall be mentioned separately (pro forma enclosed). 12. Demonstration/ field trial of products:- Tendering firms may be required to demonstrate equipment/ products offered by them for assessing the technical suitability and performance of the equipment as per tender enquiry specification, if required necessary. Three week s time will be given to the firms for producing their equipments for successful demonstration. No request for extension of time for producing the equipment for demonstration will be entertained and any such request made will be summarily rejected. If the equipment/ product are not found as per the TC specification, the offer is liable to be ignored. Price bids of only those firms will be opened if their technical bids as well as performance of their equipment/ product demonstrated are acceptable as per requirement of the tender enquiry specification. 13. Earnest Money:- Deposit an amount of Rs. 50,000/- (Rupees fifty thousand only) 14. Public Sector Undertaking/ State Govt. Undertaking/ State owned companies are not exempted from the payment of Earnest Money unless registered with DGS&D/ NSIC as prescribed under rule 142(i) of GFR-2005. 15. Firms claiming exemption from depositing EARNEST MONEY must enclose copy of their Registration Certificate along with all its upto date amendments, for the subject stores and specifications. Offer received without these details and without Earnest Money will be ignored.
16. Inspection Authority: Election Commission of India (ECI), Nirvachan Sadan, Ashoka Road, New Delhi or any party, a Govt. agency, so authorized by ECI. 17. Inspecting Officer: Authorized representative of ECI, New Delhi 18. Terms of Delivery: Door delivery at ECI, Nirvachan Sadan, Ashoka Road, New Delhi- 110001 along with installation and commissioning. 19. The competent authority of the Election Commission of India reserves the right to accept or reject part or whole of the tender without assigning any reason whatsoever. 20. In case of any dispute, the decision of the Election Commission of India will be final and binding. 21. The work should be completed in all respects within 15 days of the receipt of the Purchase order. If the firm fails to complete the work within the prescribed time as per specification and rate approved, it would be liable to face the penalty as imposed by the competent authority. 22. If an extension of time of completion of the work on the grounds of having unavoidable hindrances in its execution or any other ground, the contractor shall apply in writing to the officer-in-charge with full details of the circumstances/exigencies, which warranted such an extension. 23. All payments to the firm shall be released by the Election Commission of India on the basis of work and amount certified by officer-in-charge. The rates quoted shall cover for all tools and plant and everything necessary for proper execution of the work to the entire satisfaction of the Commission and no escalation due to increase in price of material/labours shall be made. Yours faithfully, (A.N.DAS) UNDER SECRETARY
Detailed Specifications of requirement S. No. Type & Capacity Body Material Material of syphon tube Type of discharge valve 1. Ceiling mounted MS A1 Squeeze Grip Type Automatic Fire Extinguisher CA HFC 10 kg 2. Ceiling Mounted (SP powder) Based fire Extinguisher 10kg) 3. Co2 (Gas based) Fire Extinguisher MS A1 Squeeze Grip Type MS A1 Squeeze Grip Type (wheel type) 6.5 kg 4. Water Mist based Fire Extinguisher 9 Ltr. MS A1 Squeeze Grip Type Note for Tenderers: i) The tenderers shall clearly bring out the deviations if any, in their Technical Bid for the TC specification on a separate sheet titled DEVIATIONS. ii) The tenderers holding valid BIS License shall enclose a copy of valid BIS License. They will also furnish copy of a valid BIS License for ISI marking along with their offer for the models quoted by them. iii) Tenderers shall declare about the details of packing by them iv) Tenderers shall furnish details as called for vide questionnaires attached. v) All the cylinders should be seamless/ cast in one single piece as per IS standard number. vi) ** The full weight of the cylinder should not be less than the 2 times of the capacity of the cylinder.
ANNEXURE 1 DECLARATION From:- M/s..... To The Under Secretary, Gen(Admin), Election Commission of India, Nirvachan Sadan, Ashoka Road New Delhi-110001 Dear Sir, I/We have read and understood the contents of the Tender and agree to abide by the terms and conditions of this Tender. 2. I/We also confirm that in the event of my/our tender being accepted, I/we hereby undertake to furnish Bank Guarantee/ Performance Security, as applicable, in the format to be provided by your office as pre-condition for obtaining the Supply Order. 3. I/We further undertake that none of the Proprietor/Partners/Directors of the firm was or is Proprietor or Partner or Director of any firm with whom the Government have banned /suspended business dealings. I/We further undertake to report to the Department of Science and Technology, New Delhi immediately after we are informed but in any case not later 15 days, if any firm in which Proprietor/Partners/Directors are Proprietor or Partner or Director of such a firm which is banned/suspended in future during the currency of the Contract with you. Yours faithfully, (Signature of the Tenderer) Name: Designation with Seal of the Firm
Date: Annexure-2 Sl No. Description Remarks 1 Name & address of the contractor 2. (a) (b) Whether registered with DGS&D for subject store If yes, monetary limit (Enclose photo copy of Regn. Certificate) (c) 3. (a) (b) Validity Whether registered with NSIC for subject Store If yes, monetary limit (Enclose photocopy of Regn. Certificate) (c) Validity date 4. Whether past supplier of subject store against DGS&D a/c or CPWD 5. Terms of delivery : Free delivery to consignee, free installation. 6. Delivery period in months from the date of Months placement of order 7. Whether required EMD Enclosed (furnish details of EMD document) 8. Whether you agree to accept 25% tolerance clause
Annexure-3 PRO FORMA FOR FINANCIAL BID (TO BE RETURNED WITH FINANCIAL BID DOCUMENT ONLY) Item No. of the Tender Enquiry. Unit Price Quoted per piece/unit Excise Duty/Custom Duty VAT/CST/ LST Freights, Insurance etc. Total cost (in Rs.) Installation charges Net Destination cost In Rs.