View
8
Download
0
Category
Preview:
Citation preview
Tamilnadu Arasu Cable TV Corporation Limited
(TACTV) (A Government of Tamilnadu Undertaking)
TENDER DOCUMENT
TENDER FOR THE SUPPLY AND ERECTION OF
MODULAR TYPE COUNTER TABLES, 3 SEATER
AIRPORT MODEL ROW CHAIRS, COUNTER CHAIRS,
VISITOR CHAIRS AND SIGNAGE BOARDS ON PIECE
WORK CONTRACT BASIS FOR A PERIOD OF ONE
YEAR
TENDER REFERENCE No. TACTV/Furniture/7/2015 dt.10.07.2015.
IMPORTANT NOTICE
SL. No. :
ISSUED TO :
RECEIPT No. & DATE :
TENDER OPENING DATE : 10.08.2015
COST OF TENDER DOCUMENT : Rs 1000/-
CONTENTS Clause Topic Page No.
Important Notice 1
1. Preamble 2
2. Scope of work 2
3. Qualification Criteria 3
4. Language of the Tender 4
5. Purchase of Tender Documents 4
6. Prebid Meeting 5
7. Clarification on the Tender Document 5
8. Amendment of Tender Document 5
9. Authorization of the Tenderer 5
10. Submission of Tender in Two Cover System 6
11. Earnest Money Deposit 6
12. Validity 7
13. Opening and Evaluation of The Tender 7
14. Price Offer 9
15. Evaluation of the Price 9
16. Award of Contract 10
17. Security Deposit 10
18. Agreement 11
19. Release of Purchase Order 11
20. Execution of Work 11
21. Supply, Installation and Commissioning 12
22. Minimum Stock Maintenance 13
23. Warranty 13
24. Contact details for service support - stickers 14
25. Payment Terms 14
26. Penalty 15
27. Liquidated Damages 15
28. Termination of the Contract 15
29. General Conditions 16
30. Right to accept or reject the tender 17
31. Arbitration 17
32. Jurisdiction of the Court 17
Annexure
I Minimum Technical Specifications 18
II Part-I (Covering Letter) 23
III Compliance to the technical specifications 25
IV Details of the Tenderer 30
V Letter of authorization from the original manufacturer 32
VI Annual Turnover statement 33
VII List of service centres in Tamilnadu 34
VIII Declaration for not having blacklisted 35
IX Declaration for not having tampered the tender document 36
X Sample submission form 37
XI Letter of guarantee for maintaining minimum stock 38
XII Part-II (covering letter) 39
XIII Price Bid 40
XIV Checklist of documents 41
1 Signature of the tenderer with seal
IMPORTANT NOTICE
This tender procedure is governed by the Tamil Nadu
Transparency in Tenders Act, 1998 and the Tamil Nadu Transparency in
Tender Rules, 2000 as amended from time to time. In case of any
conflict between the terms and conditions in the tender document and
the Tamil Nadu Transparency in Tenders Act, 1998 and The Tamil Nadu
Transparency in Tender Rules, 2000 the Act and Rules shall prevail.
2 Signature of the tenderer with seal
1. PREAMBLE
Tamil Nadu Arasu Cable TV Corporation Ltd (TACTV), is a Government of Tamil Nadu
undertaking, incorporated under the Companies Act, 1956 with an aim to provide high quality
cable signals to the public through Local Cable Operators at an affordable cost. The service
provided by the TACTV is welfare step taken by the Government in the interest of the public and
Cable TV operators. The subscriber base of TACTV is around 70.52 Lakhs.
Government of Tamilnadu has now mandated TACTV to operate Common Service
Centre (CSC) in all blocks of Tamilnadu with an objective of making it available of government
services to the common man at affordable cost. Accordingly, TACTV has established CSC in
350 locations in Tamilnadu.
TACTV proposes to procure modular type counter tables, 3 seater airport model row
chairs, counter chairs, visitor chairs and signage boards on “piece work contract” basis for a
period of one year. In this context, TACTV invites sealed tenders from reputed suppliers in
“Two Cover System” for the supply and erection of modular type counter tables, 3 seater airport
model row chairs, counter chairs, visitor chairs and signage boards on piece work contract basis
for a period of one year through transparent bidding process. The Tender notification has been
published fixing the date of opening of tender as 10.08.2015.
2. SCOPE OF WORK
(a) The successful tenderer should supply and erect modular type counter tables, 3 seater
airport model row chairs, counter chairs, visitor chairs and signage boards, on piece work
contract basis for a period of one year as ordered by TACTV. The detailed specification of
the items are given in Annexure-I.
(b) The estimated number of counter tables, 3 seater chair, counter chair, visitor chair and
signage is around 500. The number given is only indicative which may vary based on the
actual requirement. However, the successful tenderer is required to provide the items as and
when request is made by TACTV.
(c) The successful tenderer should supply and erect the items within 30 days from the date of
receipt of Purchase Order from TACTV.
(d) Supplies should be made at any location in Tamilnadu as per the requirement of TACTV.
(e) The items supplied should have a warranty period of five years from the date of installation
certificate obtained from TACTV.
3 Signature of the tenderer with seal
3. QUALIFICATION CRITERIA
Clause Qualification Criteria Supporting Document
(a) The tenderer should be a registered
legal entity.
(i) In case of Private / Public Limited
Companies,
• Copy of Incorporation Certificate
issued by the Registrar of
Companies
• Copy of Memorandum and
Articles of Association
(ii) In case of Partnership Firm,
• Registered Partnership deed
(iii)In case of Proprietorship Firm,
• Copy of VAT Registration
Certificate / Service Tax
Registration Certificate.
(b) The tenderer should be a
manufacturer/ authorized dealer of
Original Manufacturer of the
furniture.
(i) In case of Manufacturer,
• Valid proof in support of
manufacturing
(ii) In case of Authorized dealer of the
Manufacturer,
• Letter of Authorization from the
Original Manufacturer as per
Annexure-V.
• Valid proof in support of
manufacturing, obtained from the
Original Manufacturer
(c) The tenderer should have at least 3
years of experience (as on 30th June
2015) in the manufacture/sales of
furniture.
Purchase Orders/ Completion certificate
issued by the clients.
(d) The tenderer should have
successfully completed a single order
for the supply of furniture for a value
of at least Rs.20 Lakhs for any
Government organization/ Corporate
in the last 3 years (as on 30th June
2015)
(i) Purchase Order issued by the clients.
(ii) Performance certificate issued by the
clients.
(e) The tenderer should have reported an
Average Annual Turnover of Rs.2.00
Crore in the last three consecutive
financial years i.e. 2011-12, 2012-13
and 2013-14 (or) 2012-13, 2013-14
and 2014-15.
(i) The average annual turnover statement
duly certified by Chartered Accountant
as per Annexure VI.
(ii) The Annual Report/ certified copies of
Balance Sheet, Profit & Loss statement
along with schedules for the last 3
consecutive financial years.
4 Signature of the tenderer with seal
Clause Qualification Criteria Supporting Document
(f) The tenderer should have service
centres in Tamilnadu to provide after
sales service.
The list of service centre in Tamilnadu as
per Annexure VII.
(g) The tenderer should be registered
under TN VAT/ CST Act
Registration certificate as a firm under TN
VAT Act/CST Act.
(h) The tenderer should be registered
with Service Tax Department.
Copy of Service Tax Registration
certificate.
(i) The tenderer should have PAN
number issued by Income Tax
Department.
Copy of PAN allotment Certificate/
PANCARD issued by Income Tax
Department.
(j) The tenderer should not have been
blacklisted for supply of any items or
services to TACTV or any other
Government agency.
The declaration form as per Annexure VIII.
4. LANGUAGE OF THE TENDER
The Tender prepared by the tenderer as well as all correspondences and documents
relating to the Tender shall be in English language only. If the supporting documents are in a
language other than English/Tamil, the notarized translated English version of the documents
should also be enclosed. Tender received without such translation copy will be rejected.
5. PURCHASE OF TENDER DOCUMENTS
(a) The tender document shall be obtained from Tamil Nadu Arasu Cable TV Corporation
Limited (TACTV), 34 /123, 6th Floor, Dugar Towers, Marshalls Road, Egmore, Chennai -
600 008 on payment of Rs.1000/- payable in the form of Demand Draft drawn on any
Indian Nationalised/ Scheduled Commercial Bank in favour of “Tamil Nadu Arasu Cable
TV Corporation Ltd” payable at Chennai or it can be downloaded from www.tactv.in and
www.tenders.tn.gov.in at free of cost. For the downloaded tender document, the tenderer
need not enclose the tender document cost but should give a declaration for not having
tampered the Tender document downloaded.
(b) The tender document can be purchased on all working days between 11.00 AM and 03.00
PM from 11.07.2015 to 09.08.2015.
5 Signature of the tenderer with seal
6. PREBID MEETING
There will be a pre-bid meeting on 27.07.2015 at 4.00 P.M. in the Head Office of
TACTV, 34/123, 6th Floor, Dugar Towers, Marshalls Road, Egmore, Chennai - 600 008 during
which the prospective tenderers can get clarifications about the tender. The tenderers shall send
their queries in writing if any so as to reach TACTV at least two days prior to the pre-bid
meeting date. The tenderers may also check www.tactv.in and www.tenders.tn.gov.in for up to
date information like change in date / venue etc., of pre-bid meeting as TACTV may not be able
to identify and communicate with the prospective bidders at this stage. Non attending of pre-bid
meeting is not a disqualification.
7. CLARIFICATION ON THE TENDER DOCUMENT
Any discrepancies, omissions, ambiguities or conflicts in the tender document or any
doubts as to their meaning and any request for clarification must be sent in writing to “The
Managing Director, Tamil Nadu Arasu Cable TV Corporation Limited (TACTV), 34 /123, 6th
Floor, Dugar Towers, Marshalls Road, Egmore, Chennai - 600 008”. The Managing Director will
review the same, and where information sought is not clearly indicated or specified in the tender
documents, will issue a clarifying bulletin to all those who have purchased the tender documents
and will also upload such clarification on www.tactv.in and www.tenders.tn.gov.in. The
Managing Director will neither make nor be responsible for any oral instructions. Request for
clarification should be brought to the notice of the Managing Director, in writing, before 48
hours of the opening of the tender.
8. AMENDMENT OF TENDER DOCUMENT
TACTV whether on its own initiative or as a result of a query, suggestion or comment of
an Applicant or a Respondent, may modify the tender document by issuing an addendum or a
corrigendum at any time before the opening of the tender. Any such addendum or corrigendum
will be communicated to all the tenderers who had purchased the tender documents and also will
be uploaded on www.tactv.in and www.tenders.tn.gov.in and the same will be binding on all
Applicants or Respondents or Tenderers, as the case may be.
9. AUTHORISATION OF THE TENDERER
The Tender should be signed on each page by the tenderer or by the person who is duly
authorized for the same by the tenderer.
6 Signature of the tenderer with seal
10. SUBMISSION OF TENDER IN TWO COVER SYSTEM
(a) Every page of the terms and conditions of the tender document should be signed and
enclosed with the tender, in token of having accepted the tender conditions. Failing which
the tender will be rejected summarily.
(b) Tenders should be submitted in two parts:
a) Part I will cover technical bid and
b) Part II will cover price bid
(c) Tenderers should ensure submission of all documents along with Part-I and Part II proposal
as per the Check list given in Annexure -XIV.
(d) Tenderers are requested to submit Part I and Part II in a separate sealed cover
superscripting as Part I and Part II respectively. These two Parts namely Part I and Part II
must be placed in a separate sealed cover superscripted as “Tender for the supply and
erection of modular type counter tables, 3 seater airport model row chairs, counter chairs,
visitor chairs and signage boards on piece work contract basis for a period of one year” and
addressed to “The Managing Director, Tamil Nadu Arasu Cable TV Corporation Limited
(TACTV), 34/123, 6th Floor, Dugar Towers, Marshalls Road, Egmore, Chennai - 600
008”, containing the name and address of the tenderer. Tenders submitted with unsealed
cover would summarily be rejected.
(e) Tenders should be dropped only in the tender box kept at “Tamil Nadu Arasu Cable TV
Corporation Ltd.34/123, 6th Floor, Dugar Towers, Marshalls Road, Egmore, Chennai 600
008” on or before 4.00 PM on 10.08.2015”. Tenders will not be received by hand.
(f) Alternatively, the tenders can be submitted through registered post so as to reach the above
address on or before 4.00 PM on 10.08.2015. Tenders received after the specified time will
not be considered and TACTV will not be liable or responsible for any postal delays.
(g) A tender once submitted shall not be permitted to be altered or amended.
11. EARNEST MONEY DEPOSIT
(a) The Tender should be accompanied by an Earnest Money Deposit (EMD) to the value of
Rs.1,50,000/- (Rupees One Lakh Fifty Thousand only) in the form of a Demand Draft or
Banker’s cheque drawn on any Indian Nationalised/Scheduled Commercial Bank in favour
of “Tamil Nadu Arasu Cable TV Corporation Limited”, payable at Chennai. The EMD in
any other form will not be accepted. The Earnest Money Deposit will be returned to the
unsuccessful tenderers.
(b) The Earnest Money Deposit will be retained in the case of successful tenderer and it will
not earn any interest and will be dealt with, as provided in the terms and conditions of the
tender.
7 Signature of the tenderer with seal
(c) Any request of the tenderer, under any circumstances claiming exemption from payment of
EMD will be rejected and their Part II price offer will not be opened.
(d) The amount remitted towards EMD is liable to be forfeited in case the tenderer fails to
execute the contract after submission of the tender or after acceptance of the offer by
TACTV or fail to sign the Agreement or to remit the Security Deposit.
12. VALIDITY
The rate quoted in the Tender should be valid for the acceptance by the TACTV, for a
minimum period of 180 days from the date of opening of the Tender. The Piece work contract
will be valid for 1 year from the date of signing of the agreement. Escalation in the rates will not
be entertained under any circumstances.
13. OPENING AND EVALUATION OF THE TENDER
(a) The tenders received upto 4.00 PM as per the office clock on 10.08.2015 will be taken up
for opening. Tenders received after specified date and time will not be accepted. The
Tender will be opened by the Managing Director of Tamil Nadu Arasu Cable TV
Corporation Limited or by the Person/Committee authorized by him at 04.30 PM on the
same day in the presence of the available tenderers/ representatives of the tenderers who
choose to be present. The tenderers or their authorized agents are allowed to be present at
the time of opening of the tenders.
(b) The Managing Director of Tamil Nadu Arasu Cable TV Corporation Limited or
Person/Committee authorized by him will inform the attested and unattested corrections,
before the tenderers and sign all such corrections in the presence of the tenderers. If any of
the tenderers or agents are not present then, in such cases the Person/Committee will open
the tender of the absentee tenderer and take out the unattested corrections and communicate
it to them. The absentee tenderer should accept the corrections without any question
whatsoever.
(c) If the date fixed for opening of the tender happens to be a Government holiday, the sealed
tenders will be received up to 4.00 PM on the next working day and opened at 04.30 PM on
the same day.
(d) The Technical bid will be evaluated by the Committee of TACTV in terms of the
qualification Criteria. The Committee reserves the right to disqualify any of the tender in
case the Committee is not satisfied with the documents furnished, including the past
performances.
8 Signature of the tenderer with seal
(e) Sample Submission and Benchmark Test:
The tenderer have to submit one sample for each item specified in the tender. The sample
should be submitted indicating the make, model number and brouchers / specification of
the items for benchmark testing by TACTV as per Annexure-X. TACTV's technical team
would evaluate the samples and the tenderers whose samples pass the evaluation will be
qualified for price bid opening. Bids without submission of samples are liable to be
rejected.
Analysis of Benchmark results:
• If the equipment supplied for evaluation meets the tender specifications, it would be
treated that the equipment had passed the “specifications test”. If the specifications
are below the tender specifications, then the equipment would be treated as “failed” in
the “specifications test”. The tenderers should take utmost care to bring in the
samples which should be equal to or better than the specifications given in the tender
documents.
• TACTV reserves the right to reject a sample if it is found that it does not meet the
specifications. In such cases the tenderer would be treated as “failed” in this test.
However, TACTV reserves its right to offer one last opportunity to the tenderer to
produce another sample for evaluation, say within a short period of 2-3 days. Such a
sample would be evaluated again to find out whether the tenderer gets “pass” in this
test.
• Offering this additional opportunity is solely at the discretion of TACTV. TACTV
would be pleased to provide such an opportunity ONLY if public interest (healthy
competition) demands such a step. In the normal course such an additional
opportunity would not be given to the tenderers.
(f) For those tenderers who have already worked or working with TACTV, their previous
performance in TACTV would be the mandatory criteria for selection. If any unsatisfactory
performances of those tenderers are found, their tenders will be straight away rejected. The
Unsatisfactory performance is defined as
• Non responsiveness after getting the Purchase order, Delay in supply, installation of
the ordered items etc.,
• Lack of communication about the delay in deliveries, Installation etc.,
• Poor warranty support etc.,
(g) TACTV may also arrange for field inspection to verify their pre-qualifying conditions
before opening of Part II cover and in case if any failure to satisfy the requirements, their
Tender will be rejected and their Part-II Cover will not be opened.
(h) The tenderers declared as qualified by the Committee, will be informed the date of opening
of Part II (Price bid).
9 Signature of the tenderer with seal
14. PRICE OFFER
(a) The Price bid should be kept only in the Part II cover.
(b) The price bid should be prepared as per Annexure-XIII.
(c) Tenderers should quote for all the items specified in the tender namely Modular type
counter table, 3 seater airport model row chair, Counter chair, Visitor chair (without arm)
and Signage board. Price bids without quotes for all items would summarily be rejected.
(d) The price quoted by the tenderer shall include cost and expenses on all counts viz. cost of
equipment, materials, tools/ techniques/ methodologies, manpower, supervision,
administration, overheads, travel, lodging, boarding, in-station & outstation expenses, etc
and any other cost involved in the supply and commissioning.
(e) The rate quoted by the tenderer shall be kept firm for a period specified in the Tender from
the date of opening of the tender. The tenderer should keep the Price firm during the period
of Contract including during the period of extension of time if any. Escalation of rate will
not be permitted during the said periods or during any period while providing services
whether extended or not for reasons other than increase of duties / taxes payable to the
Governments in India within the stipulated delivery period.
(f) The Price Bid shall be typed and shall be signed by the authorized signatory in all pages.
Any alterations, deletions or overwriting shall be attested with full signature of the
authorized signatory.
(g) If the rates quoted in figures and in words differ, the lower of these two will be adopted.
(h) Part-II bid should not contain any commercial conditions. Variation in the commercial
terms and conditions of the tender will not be accepted.
15. EVALUATION OF THE PRICE
The price bid will be evaluated in accordance to the Tamil Nadu Transparency in Tenders Act
1998 read with the Tamil Nadu Transparency in Tenders Rules 2000, as given below:
(a) The evaluation shall include all Customs Duty, Central Excise Duty and Value Added Tax
(VAT) and Warranty Cost as a part of the price, as detailed below:
(i) In evaluation of the price of an imported item, the price shall be determined
inclusive of the customs duty;
(ii) In the evaluation of the price of the articles which are subject to excise duty, the
price will be determined inclusive of such excise duty.
(iii)In a Tender where all the tenderers are from within the State of Tamil Nadu or
where all the tenderers are from outside the State of Tamil Nadu, the Sales Tax
under the Tamil Nadu Value Added Tax shall be included for the evaluation of
the price bid.
10 Signature of the tenderer with seal
(iv) In a tender where the tenderers are both from the state of Tamil Nadu as well as
outside the state of Tamil Nadu the sales tax under the Tamil Nadu Value Added
Tax shall be excluded for the evaluation of the price, as per Rule 29(d) (iv) of the
Tamil Nadu Transparency in Tenders Act 1998 read with the Tamil Nadu
Transparency in Tenders Rules 2000.
(b) The tenderer who has quoted lowest rate for the supply, erection & for providing
comprehensive warranty for 5 years all items put together will be adjudged as L1.
16. AWARD OF CONTRACT
(a) The tenderer(s) who has quoted lowest price (L1) will be invited for negotiations for
further reduction of price.
(b) Upon finalization of negotiated rate, TACTV will issue the Letter of Acceptance (LoA) to
the successful tenderer.
(c) However, TACTV may also award the contract to Other Technically Qualified Tenderers
who are matching the negotiated price of L1 bidder, in accordance to the Clause 31(2) of
the Tamil Nadu Transparency in Tenders Act, 1998 read with the Tamil Nadu
Transparency in Tenders Rules, 2000.
17. SECURITY DEPOSIT
(a) On receipt of the Letter of Acceptance from the TACTV, the successful tenderer should
remit a Security Deposit (SD) of Rs. 5,00,000/- (Rupees Five Lakhs only) in the form of a
Demand Draft or Banker’s Cheque drawn on any Indian Nationalized/ Scheduled
Commercial Bank or irrevocable Bank Guarantee with a validity period of 12 months in
favour of “Tamil Nadu Arasu Cable TV Corporation Limited”, payable at Chennai, within
10 (ten) working days from the date of receipt of letter of acceptance. The EMD shall be
adjusted with the Security Deposit.
(b) Any other amount pending with TACTV will not be adjusted under any circumstances,
against the Security Deposit if so requested.
(c) If the Security Deposit amount is not paid within the time specified, the EMD remitted by
the tenderer shall be forfeited, besides cancelling the communication of acceptance of the
Tender.
(d) Security Deposit amount remitted will not earn any interest.
11 Signature of the tenderer with seal
18. AGREEMENT
The successful tenderer should execute an agreement as may be drawn up to suit the
conditions on a non-judicial stamp paper of value, as prescribed in law on the date of remittance
of Security Deposit and shall pay for all stamps and legal expenses incidental thereto. In the
event of failure to execute the agreement, within the time prescribed, the EMD/SD amount
remitted by the tenderer will be forfeited besides cancelling the Tender.
19. RELEASE OF PURCHASE ORDER
After payment of Security Deposit and successful execution of the agreement, Purchase
Order will be released to the items as and when it is required by the TACTV. The successful
tenderer should supply and erect the items within 30 days from the date of receipt of Purchase
Order from TACTV.
20. EXECUTION OF WORK
(a) The successful tenderer should nominate and intimate TACTV, an Account Manager for
Single Point of Contact (SPOC), who should be responsible for effective delivery of work
complying with all the terms and conditions. The successful tenderer should ensure that the
Account Manager fully familiarizes with the Tender Conditions, Scope of Work and
deliverables.
(b) Pre-dispatch Inspection
Pre-dispatch inspection will be carried out by the Authorized Agency appointed by
TACTV and / or Representatives of TACTV.
(c) Specification Test
• Specification conformity will be tested for the ordered items as per technical specification
given in the tender document.
• The successful tenderer should intimate the readiness of the goods after internal testing
along with test report and warranty certificate.
• The items should be supplied in full as per the ordered specification for acceptance
testing. Items which fall short of the specification will not be taken up for acceptance
testing under any circumstances. The successful tenderer however can offer a better
specification than the one finalized through the tender and the same will be accepted for
testing.
• The successful tenderer should intimate the readiness of the items to TACTV for pre-
dispatch inspection 7 days in advance before the dispatch.
12 Signature of the tenderer with seal
(d) Pre-Dispatch Acceptance
• 100% Physical Verification will be done by TACTV.
• Benchmark test will be conducted for all items either on 100% basis or on random
sampling basis.
• The items should give the same performance results as given during technical evaluation
benchmarking.
• Any item got rejected during acceptance test shall be re-offered for acceptance test within
2 days.
• The items which are accepted after testing should be sealed inside the carton box under
the joint signatures of the representative(s) of TACTV and vendor’s representative and
then sent along with the packing list giving serial numbers and part numbers of all
possible items and copy of the acceptance test report to the specific location.
21. SUPPLY, INSTALLATION AND COMMISSIONING
(a) The successful tenderer should supply and erect the items within 30 days from the date of
receipt of Purchase Order from TACTV.
(b) Supplies should be made at any location in Tamilnadu as per the requirement of TACTV.
(c) The successful tenderers after obtaining the Consignee address should visit the sites to
assess the readiness of the site for installation. A report in this respect should be submitted
to TACTV. However TACTV is responsible for the site preparation before the scheduled
installation dates.
(d) The successful tenderer is responsible for all unpacking, assemblies, wiring, installations,
cabling between furniture and connecting to power supplies. The successful tenderer will
test all operations and accomplish all adjustments necessary for successful and continuous
operation of the furniture at all the installation sites.
(e) The successful tenderer must send the proposed delivery schedule to TACTV well in
advance.
(f) The ordered items should be supplied along with necessary operational and user manuals.
(g) After successful supply of the ordered items, the successful tenderer must obtain signed
installation certificate in the specified format duly certified by the respective consignee on
the installed items.
(h) The successful tenderer shall send status report in the format prescribed in such intervals as
may be required by TACTV from time to time till the execution of the ordered quantities.
(i) The successful tenderer should supply spares and service support for the maintenance of
the offered items during the warranty period of five years.
(j) The details of the service centre representatives responsible for attending the installation,
warranty services at each consignee site, name and designation of the contact person and
13 Signature of the tenderer with seal
centre in–charge, higher level incharge who is responsible to oversee the service centers,
person to whom complaints can be made in case the service provided by any centre is not
satisfactory, phone, fax, mobile numbers & email address must be provided well in
advance to each consignee and to TACTV.
(k) The successful tenderer shall stick TACTV LOGO / HELP DESK LOGO / Holograms etc
as per the directions of TACTV and as per sample, in a prominent place on all the items
delivered.
(l) In the rare event of non-acceptance of delivery items by the Consignee, the successful
tenderer should immediately report TACTV for suitable directions.
22. MINIMUM STOCK MAINTENANCE
Some occasions may arise that items may be required to be delivered within a short
period of 24 hours to the consignee address as directed by TACTV. In such occasions, it may be
very difficult to arrange shipment of the items from the vendor premises due to the routine
formalities. To tackle such conditions, the successful tenderer should maintain an ex-stock of
about 10 units of all items in the premises as confirmed by TACTV. Upon issuance of notice
from TACTV, the successful tenderer should supply, install and commission the ex-stock at the
customer premises. No financial commitment will be given by TACTV for maintaining the ex-
stock items. At any point of time, the successful tenderer should ensure the minimum ex-stock
level.
23. WARRANTY
(a) All the materials and components of the supplied items should be given warranty for a
period of 5 years from the date of installation certificate obtained from TACTV.
(b) All the Tendered items should be supplied to the customer site free from breakages,
malfunctions, breakdowns or manufacturing defects. If any of the items are found defective
due to manufacturing defect or design fault or transit damage occurred at the time of supply
or within one month from the date of installation, the items in full should be replaced.
(c) The successful tenderer shall be liable to make good the loss by replacing the items or other
accessories found defective during the warranty period.
(d) The successful tenderer should give an undertaking to maintain the spares of all the
hardware items of 2% of the total quantity ordered.
(e) During the warranty period, the complaints received by TACTV should be attended within
1 (one) working day across Tamil Nadu. All the complaints should be attended from the
nearest service centers. All the complaints should be attended from the nearest service
centers.
14 Signature of the tenderer with seal
(f) After completion of warranty period, the supplied items shall be handed over to TACTV in
good condition.
24. CONTACT DETAILS FOR SERVICE SUPPORT - STICKERS
The successful tenderer should deliver the systems with stickers pasted on it containing
the Service persons details with escalation matrix for the service facility. The successful tenderer
should get the approval for the sticker before deploying in the field. TACTV will conduct post
delivery inspection for the items delivered and if it is found that the successful tenderer is not
pasting the stickers will be liable for declaring as the non performer. If this deviation is found in
three instances, the successful tenderer will be declared as the non performer and will not be
permitted in participating in TACTV tenders for a period of next 3 years, minimum.
25. PAYMENT TERMS
(a) For supply and erection- 100% of the total cost of ordered items will be paid on
installation, commissioning and handing over of the ordered items fulfilling the technical
specifications and on submission of an irrevocable Bank Guarantee for 5% of the cost of
the ordered value valid for 61 months during the warranty period. Alternatively, 95% of the
total cost of ordered items will be paid on installation, commissioning and handing over of
the ordered items fulfilling the technical specifications and the balance 5% will be released
to the supplier after completion of 5 years warranty period.
(b) For warranty- The cost of warranty will be paid in 5 equal annual installments and the
first installment will be paid on satisfactory completion of one year after adjusting the
penalty, if any.
(c) Bills will be honoured within 7 working days after submission of bills along with all
supporting documents in complete shape. The successful tenderer should file relevant
invoices as instructed by TACTV.
(d) The successful tenderer hereby agrees to get the refund of incentive, excise duty and
proportionate sales tax from concerned authorities and pass it on to TACTV if the
Government or any other appropriate agency reduces the Excise duty or Sales tax or give
incentive of any type retrospectively after supplying the Ordered items failing which action
will be taken to recover the balance amount from the successful tenderer under the
Revenue Recovery Act or any other relevant act.
(a) Penalty amount if any will be adjusted in the payment due to the successful tenderer.
(b) All taxes and other levies imposed by Governments in India will be paid at actual as
applicable.
15 Signature of the tenderer with seal
26. PENALTY
(a) For Supply and Erection:
A penalty will be levied at the rate of 0.25% per day on the un-delivered portion of the
material value subject to a maximum of 5% if the delivery has not been completed in full
within the stipulated period subject to Force Majeure conditions. Besides such
performance may entail black-listing of the successful tenderer. If the successful tenderer
fails to supply even after the lapse of one month after the stipulated date of delivery, then
the orders/contracts are liable for cancellation and the EMD/ Security Deposit will be
forfeited in addition to TACTV reserving the right to blacklist the successful tenderer for a
period of three years from participating in TACTV’s tenders.
(b) For Service Support
Failure to attend the complaint raised by TACTV within 1 (one) working day will attract a
penalty of Rs.1000 per day per complaint.
27. LIQUIDATED DAMAGES
A penalty will be levied at the rate specified in the Clause 26 of the tender conditions, for
non-fulfillment of delivery schedule subject to the Force Majeure conditions. Besides, the
difference in cost of the items purchased through other technically qualified tenderers or any
other alternative sources will be recovered as liquidated damages from the successful tenderer.
28. TERMINATION OF CONTRACT
(a) Termination for default
TACTV may without prejudice to any other remedy for breach of contract, by written
notice of default with a notice period of 7 days, sent to the successful tenderer, terminate the
contract in whole or part, (i) if the successful tenderer fails to deliver any or all of the goods
within the time period(s) specified in the Contract, or fails to supply the items as per the Delivery
Schedule or within any extension thereof granted by TACTV; or (ii) if the successful tenderer
fails to perform any of the obligation(s) under the contract; or (iii) if the successful tenderer, in
the judgement of TACTV, has engaged in fraudulent and corrupt practices in competing for or in
executing the Contract.
In the event TACTV terminates the Contract in whole or in part, TACTV may procure,
upon terms and in such manner as it deems appropriate, the goods and services similar to those
and delivered and the successful tenderer shall be liable to TACTV for any additional costs for
such similar goods. However, the successful tenderer shall continue the performance of the
contract to the extent not terminated.
16 Signature of the tenderer with seal
(b) Termination for Insolvency
TACTV may at any time terminate the Contract by giving written notice with a notice
period of 7 days to the successful tenderer, if the successful tenderer becomes bankrupt or
otherwise insolvent. In this event, termination will be without compensation to the successful
tenderer, provided that such termination will not prejudice or affect any right of action or remedy
that has accrued or will accrue thereafter to TACTV.
(c) Termination for Convenience
TACTV may by written notice, with a notice period of seven days sent to the successful
tenderer, may terminate the Contract, in whole or in part, at any time for its convenience. The
notice of termination shall specify that termination is for TACTV’s convenience, the extent to
which performance of work under the Contract is terminated, and the date upon which such
termination becomes effective. On termination, the successful tenderer is not entitled to any
compensation whatsoever.
29. GENERAL CONDITIONS
(a) Conditional Tender in any form will not be accepted.
(b) TACTV reserves the right to split the tender and award it to more than one supplier.
(c) TACTV reserves the right to relax or waive or amend any of the tender conditions.
(d) The right of final acceptance of the tender is entirely vested with TACTV and TACTV
reserves the right to accept or reject any or all of the tenders in full or in parts without
assigning any reason whatsoever.
(e) After acceptance of the tender by TACTV, the tenderer will have no right to withdraw his
tender.
(f) The successful tenderer(s) shall not off load either full or part of the work to other supplier.
(g) If delivery performance of the tenderer is not as per the Schedule, then TACTV reserves
the right to reallocate the quantity to other tenderer.
(h) TACTV reserves its right to inspect the tenderer' factory before or after placement of orders
and based on the inspection, TACTV reserves a right to modify the quantity ordered.
(i) TACTV reserves its right to withhold any amount for the deficiency in the service aspect of
the supplied items.
(j) Any notice regarding any problems, to the tenderer shall deemed to be sufficiently served,
if given in writing at his usual or last known place of business.
(k) In the course of discussion and instruction TACTV may disclose information of
confidential and proprietary nature relating to its products, knowhow, to the tenderer. Such
information shall be considered as confidential.
17
30. TACTV reserves the right to accept or reject any or all the tenders in part or in totality or to
negotiate with any or all the tenderers or to withdraw/ cancel/ modify this tender without
assigning any reason whatsoever.
31. ARBITRATION
(a) In case of any dispute in the tender, including interpretation if any on the clauses of the
tender or the agreement to be executed, the matter shall be referred by the TACTV/
tenderer to an Arbitrator who shall be selected by the tenderer from the panel of Arbitrators
approved by TACTV and communicate the same within 15 days, from the date of receipt
of the letter from the TACTV along with the panel. If there is no reply from the tenderer
within 15 days, TACTV shall choose any of the Arbitrators from the panel of Arbitrators
referred to above. The remuneration for the Arbitrator and other expenses shall be shared
equally by TACTV and the tenderer.
(b) The venue of the Arbitration shall be at the Head office of the TACTV, Chennai. The
decision of the Arbitrator shall be final and binding on both the parties to the Arbitration.
(c) The Arbitrator may with the mutual consent of the parties, extend the time for making the
award. The award to be passed by the Arbitrator is enforceable in the Court at Chennai city
only.
32. JURISDICTION OF THE COURT
Any dispute arising out of non-fulfillment of any of the terms and conditions of this
Tender/Agreement or any other dispute arising out of the arbitration award will be subject to the
jurisdiction of the Courts in the City of Chennai only.
We agree to the above terms and conditions.
SIGNATURE OF THE TENDERER
DATE :
NAME IN BLOCK LETTERS:
DESIGNATION:
ADDRESS:
18 Signature of the tenderer with seal
ANNEXURE – I
MINIMUM TECHNICAL SPECIFICATIONS
1. MODULAR TYPE COUNTER TABLE
Table Size: L 1200mm x W 750mm x H2100 mm
Table Top Size 1200mm x 750mm made of 18mm thick ISI BWR Grade Kitply or equaled
brand with both side 0.8 mm thick Greenlam or equivalent brand lamination, Hot Pressed using
SH Grade Adhesive and all edges made to 2mm through feed edge banding finish. Top size
includes225mm front space for the visitor’s use. Wire manager holes along with cup are
provided on the left hand corner of the top.
Side Bottom Panels
Size 650mm x 450mm, made of 18mm thick ISI BWR Grade Kitply or equaled brand with both
side 0.8 mm thick Greenlam or equivalent brand lamination, Hot Pressed using SH Grade
Adhesive and all edges made to 2mm through feed edge banding finish
Side Top Panels
Size 525mm x 450mm, made of 18mm thick ISI BWR Grade Kitply or equaled brand with both
side 0.8 mm thick Greenlam or equivalent brand lamination, Hot Pressed using SH Grade
Adhesive and all edges made to 2mm through feed edge banding finish
Modesty
Size 1125mm x 700mm made of 18mm thick ISI BWR Grade Kitply or equaled brand with both
side 0.8 mm thick Greenlam or equivalent brand lamination, Hot Pressed using SH Grade
Adhesive and all edges made to 2mm through feed edge banding finish
Key Board
Key board made of 0.8mm thick metal sheet Size: 525 mm x 260mm with epoxy powder
coating fine finish attached to the left side of the table using heavy duty telescopic channel with
special clamp.
Double Raceway Cover
Cover made of 0.8mm thick metal sheet with epoxy powder coating fine finish with n ecessary
slots for electrical fitting.
One raceway used for electrical purpose fixed to the bottom of the top.
Second Raceway is used for Network and LAN fixed at the center of the modesty panel.
19 Signature of the tenderer with seal
Frame
Frame Size: L1200 x W515mm x H 2100 mm
Frame is made of 30mm Square Tube with1.2mm thick (18G) CR Grade Mild Steel with
epoxy powder coating Finish.
The Frame is made in a way that it can be removed and fixed (Knock down model).
Special clamps are provided along with the frame. Top portion is using for the display
board provided for all necessary hardware and special fittings.
CPU Trolley
CPU trolley with movable type made of 0.8mm thick MS Sheet with seven tank treated
epoxy powder coated finish.
Glass
12mm thick with four side edge polise fine finish clear glass Size: 1180mm x 400mm
Fixed Pedestal
Size: 380mm x 470mm x 650mm with 2 Draw and 1 filing Cabinet
Outer Frame Made of .08mm thick CR Metal Sheet
D raws Size: 150mm made of 0.8mm thick CR Metal Sheet.
F iling Cabinet Size: 300mm made of 0.8mm thick CR Metal Sheet.
All the draws and cabinets are fixed to the outer frame by heavy duty Telescopic
Channels and heavy duty locks (Godrej or equivalent brand)
The Pedestal is finished with seven tank treated epoxy powder coating finish
Front Anchor Clamp
Size: 150mm x 75mm
Clamp made of 2mm thick Metal sheet, Notched and Formed to fit the back side of the 30mm
Square pipe using slot with seven tank treated epoxy powder coated finish. This clamp is used as
a support the visitor’s writing space.
D Clamp
C lamp made of 2.5mm thick Metal sheet using Forming Process for extra strength with seven
tank treated epoxy powder coated finish
1 2mm “D” Clamp Size: 90mm x 62mm used to fix the Glass to the Table
18 mm “D” Clamp Size: 100mm x 65mm used to fix the Side Top Panels to the Table
20 Signature of the tenderer with seal
Frame Assemble Clamp
Size: 100mm x 65mm
Clamp made of 2.5mm thick Metal sheet using Forming Process for extra strength with seven
tank treated epoxy powder coated finish. This clamp is used to fix the modesty panel to the table.
21 Signature of the tenderer with seal
2. 3 SEATER AIRPORT MODEL ROW CHAIR
Overall dimension of the waiting sofa airport model Length 1720mm x width 675mm x height
850mm.
Chair dimension floor to seat height 400mm and floor to arms height 600mm seat and back
frame size Length 495mm x width 490mm x height 550 mm.
Sofa Arms is made up of CR Grade Steel Tube 50mm X 25mm Oval Shapes Tube 1.6mm
thickness. Legs are made to 48mm Mild Steel round CR Tube 2mm thickness and seat and back
frame made to 19mm mild steel round CR tube 1.2mm thickness. Seat and back use to 1.2mm
thickness perforated HRPO steel sheet. All the end cups are made to stainless steel glossy finish
cups and using for the floor levelers 10mm nylon adjustable bush. All the steel items are
necessary seven tank process treatments and silver grey color epoxy powder coated finish with
80 Micron thicknesses.
22 Signature of the tenderer with seal
3. COUNTER CHAIR
Seat and back: Made out of Moulded foam with ABS for seat and back as outer cover and fabric
of our choice.
Base: Made out of metal base with powder coated with 5 pronged wheel.
Handles: PVC handle for comfort.
Mechanism: Push back chair with Height adjustment.
Overall height of the chair will 1050mm.
Seat will be 450d*470w.
Back will be 450h*400w
Arm to Arm distance will be 570 mm
Wheelbase will be 600 mm.
4. VISITOR CHAIR (WITHOUT ARM)
Seat and back: Made out of 12mm ply with cut foam for the seat and back and upholstery of our
choice.
16 gauge MS pipe with 32 mm flat shape and powder coated.
Seat will be 420d*450w
Back will be 340h*450w
5. SIGNAGE BOARD
6’x 3’ made out of 0.75 inch square tube frame with good quality flex material. The display
write-up will be provided by TACTV.
23 Signature of the tenderer with seal
ANNEXURE –II
PART-I
Date:____________
From,
Name:
Address:
Ph:
Fax:
E-mail:
To,
The Managing Director,
Tamilnadu Arasu Cable TV Corporation Limited (TACTV),
34 /123, 6th Floor, Dugar Towers,
Marshall’s Road, Egmore,
Chennai - 600 008
Sir,
Sub: Tender for the supply and erection of modular type counter tables, 3 seater airport
model row chairs, counter chairs, visitor chairs and signage boards on piece work
contract basis for a period of one year – Submission of Part I –Reg .
Ref: Your Tender Notice ______________________________ dated ____________
With reference to your tender notice, we submit herewith our sealed tender for the
supply and erection of modular type counter tables, 3 seater airport model row chairs, counter
chairs, visitor chairs and signage boards on piece work contract basis for a period of one year as
specified by TACTV in this tender document.
We enclose the following documents:
1) Tender conditions duly signed in each page and enclosed in token of accepting the
Tender conditions.
2) Demand Draft or Banker’s Cheque for Rs.1,50,000/- (Rupees One Lakh and Fifty
Thousand only) towards EMD (DD/ Banker’s Cheque No. _____________ dated
____________drawn on ______________________________ Bank in favour of
“Tamilnadu Arasu Cable TV Corporation Limited”, payable at Chennai).
3) Letter of Authorization for authorized signatory from the tenderer organisation.
4) Compliance report to the technical specifications of the furniture (as per Annexure-III).
5) Details of the Tenderer (as per Annexure-IV)
6) Letter of Authorization from the Original Manufacturer, in case of authorized dealer (as
per Annexure-V)
24
7) Average annual turnover statement duly certified by a Chartered Accountant (as per
Annexure-VI).
8) List of Service centres in Tamilnadu (as per Annexure-VII).
9) Declaration for not having black listed either by TACTV or by any other Govt. agencies
(as per Annexure-VIII).
10) Declaration for not having tampered the Tender documents downloaded from the
websites www.tactv.in and www.tenders.tn.gov.in (Annexure-IX).
11) Sample Submission Form(as per Annexure-X)
12) Letter of Guarantee for Maintaining Minimum Stock (as per Annexure-XI)
13) The copy of certificate of incorporation/registration.
14) Copy of Memorandum and Articles of Association.
15) Copy of Registered Partnership deed, in case of Partnership Firm.
16) Valid Proof in support of Manufacturing.
17) Purchase Orders issued by the clients
18) Performance certificate issued by the clients
19) The Annual Report / certified copies of Balance Sheet, Profit & Loss statement along
with schedules for the last 3 consecutive financial years i.e. FY 2011-12, 2012-13 and
2013-14 (or) FY 2012-13, 2013-14 and 2014-15.
20) Copy of Registration certificate as a firm under TN VAT Act/CST Act.
21) Copy of Service Tax Registration certificate.
22) Copy of PAN allotment Certificate/ PANCARD issued by Income Tax Department.
23) Latest Assessment orders under TN VAT Act/CST Act.
24) Latest I.T return.
25) Latest Service Tax Clearance Certificate.
26) Notarized translated English version of the documents in a language other than
English/Tamil, if any.
Yours faithfully,
SIGNATURE OF THE TENDERER
Encl: As stated above
25 Signature of the tenderer with seal
ANNEXURE – III
COMPLIANCE TO THE TECHNICAL SPECIFICATIONS
The tenderers should specify the Make, Model and Detailed specifications of the items to be
supplied. The Compliance report should be enclosed along with technical bid. Specifications of
offered Model/Make are to be written clearly in the column of “OFFERED SPECIFICATIONS”
in the table given below. Offers without clear specifications on the said column will be treated as
non-responsive and rejected.
DESCRIPTION TENDER SPECIFICATIONS OFFERED SPECIFICATIONS
(Specify exact specification.
Do not write Yes/No/Complied/Not
Complied)
1. MODULAR
TYPE
COUNTER
TABLE
Table Size: L
1200mm x W
750mm x H2100
mm
Table Top Size 1200mm x 750mm
made of 18mm thick ISI BWR
Grade Kitply or equaled brand with
both side 0.8 mm thick Greenlam or
equivalent brand lamination, Hot
Pressed using SH Grade Adhesive
and all edges made to 2mm through
feed edge banding finish. Top size
includes225mm front space for
the visitor’s use. Wire manager
holes along with cup are provided
on the left hand corner of the top.
Side Bottom
Panels
Size 650mm x 450mm, made of
18mm thick ISI BWR Grade Kitply
or equaled brand with both side 0.8
mm thick Greenlam or equivalent
brand lamination, Hot Pressed using
SH Grade Adhesive and all edges
made to 2mm through feed edge
banding finish.
Side Top Panels
Size 525mm x 450mm, made of
18mm thick ISI BWR Grade Kitply
or equaled brand with both side 0.8
mm thick Greenlam or equivalent
26 Signature of the tenderer with seal
DESCRIPTION TENDER SPECIFICATIONS OFFERED SPECIFICATIONS
(Specify exact specification.
Do not write Yes/No/Complied/Not
Complied)
brand lamination, Hot Pressed using
SH Grade Adhesive and all edges
made to 2mm through feed edge
banding finish.
Modesty
Size 1125mm x 700mm made of
18mm thick ISI BWR Grade Kitply
or equaled brand with both side 0.8
mm thick Greenlam or equivalent
brand lamination, Hot Pressed using
SH Grade Adhesive and all edges
made to 2mm through feed edge
banding finish.
Key Board
Key board made of 0.8mm thick
metal sheet Size: 525 mm x
260mm with epoxy powder coating
fine finish attached to the left side
of the table using heavy duty
telescopic channel with special
clamp.
Double Raceway
Cover
• Cover made of 0.8mm thick
metal sheet with epoxy powder
coating fine finish with n
ecessary slots for electrical
fitting.
• One raceway used for electrical
purpose fixed to the bottom of
the top.
• Second Raceway is used for
Network and LAN fixed at the
center of the modesty panel
Frame
Frame Size: L1200 x W515mm x
H 2100 mm
• Frame is made of 30mm
Square Tube with1.2mm thick
(18G) CR Grade Mild Steel
with epoxy powder coating
Finish.
• The Frame is made in a way
that it can be removed and
fixed (Knock down model).
27 Signature of the tenderer with seal
DESCRIPTION TENDER SPECIFICATIONS OFFERED SPECIFICATIONS
(Specify exact specification.
Do not write Yes/No/Complied/Not
Complied)
• Special clamps are provided
along with the frame. Top
portion is using for the display
board provided for all
necessary hardware and special
fittings.
CPU Trolley
CPU trolley with movable type
made of 0.8mm thick MS Sheet
with seven tank treated epoxy
powder coated finish.
Glass
12mm thick with four side edge
polise fine finish clear glass Size:
1180mm x 400mm
Fixed Pedestal
Size: 380mm x 470mm x 650mm
with 2 Draw and 1 filing Cabinet
• Outer Frame Made of .08mm
thick CR Metal Sheet
• Draws Size: 150mm made of
0.8mm thick CR Metal Sheet.
• Filing Cabinet Size: 300mm
made of 0.8mm thick CR Metal
Sheet.
• All the draws and cabinets are
fixed to the outer frame by
heavy duty Telescopic
• Channels and heavy duty locks
(Godrej or equivalent brand)
• The Pedestal is finished with
seven tank treated epoxy
powder coating finish
Front Anchor
Clamp
Size: 150mm x 75mm
Clamp made of 2mm thick Metal
sheet, Notched and Formed to fit
the back side of the 30mm Square
pipe using slot with seven tank
treated epoxy powder coated finish.
This clamp is used as a support the
visitor’s writing space.
28 Signature of the tenderer with seal
DESCRIPTION TENDER SPECIFICATIONS OFFERED SPECIFICATIONS
(Specify exact specification.
Do not write Yes/No/Complied/Not
Complied)
D Clamp
• C lamp made of 2.5mm thick
Metal sheet using Forming
Process for extra strength with
seven tank treated epoxy
powder coated finish
• 12mm “D” Clamp Size: 90mm
x 62mm used to fix the Glass to
the Table
• 18 mm “D” Clamp Size:
100mm x 65mm used to fix the
Side Top Panels to the Table
Frame Assemble
Clamp
Size: 100mm x 65mm
Clamp made of 2.5mm thick Metal
sheet using Forming Process for
extra strength with seven tank
treated epoxy powder coated finish.
2. 3 SEATER
AIRPORT
MODEL
ROW
CHAIR
• Overall dimension of the
waiting sofa airport model
Length 1720mm x width
675mm x height 850mm.
• Chair dimension floor to seat
height 400mm and floor to arms
height 600mm seat and back
frame size Length 495mm x
width 490mm x height 550 mm.
• Sofa Arms is made up of CR
Grade Steel Tube 50mm X
25mm Oval Shapes Tube
1.6mm thickness. Legs are made
to 48mm Mild Steel round CR
Tube 2mm thickness and seat
and back frame made to 19mm
mild steel round CR tube 1.2mm
thickness. Seat and back use to
1.2mm thickness perforated
HRPO steel sheet. All the end
cups are made to stainless steel
glossy finish cups and using for
the floor levelers 10mm nylon
adjustable bush. All the steel
29 Signature of the tenderer with seal
DESCRIPTION TENDER SPECIFICATIONS OFFERED SPECIFICATIONS
(Specify exact specification.
Do not write Yes/No/Complied/Not
Complied)
items are necessary seven tank
process treatments and silver
grey color epoxy powder coated
finish with 80 Micron
thicknesses.
3. COUNTER
CHAIR
• Seat and back: Made out of
Moulded foam with ABS for
seat and back as outer cover
and fabric of our choice.
• Base: Made out of metal base
with powder coated with 5
pronged wheel.
• Handles: PVC handle for
comfort.
• Mechanism: Push back chair
with Height adjustment.
• Overall height of the chair will
1050mm.
• Seat will be 450d*470w.
• Back will be 450h*400w
• Arm to Arm distance will be
570 mm
• Wheelbase will be 600 mm.
4. VISITOR
CHAIR
(WITHOUT
ARM)
• Seat and back: Made out of
12mm ply with cut foam for the
seat and back and upholstery of
our choice.
• 16 gauge MS pipe with 32 mm
flat shape and powder coated.
• Seat will be 420d*450w
• Back will be 340h*450w
5. SIGNAGE
BOARD
6’x3’ made out of 0.75 Inch square
tube frame with good quality flex
material.
The display write-up will be
provided by TACTV.
30 Signature of the tenderer with seal
ANNEXURE – IV
DETAILS OF THE TENDERER
1. Name of the Tenderer
2. Registered Office
Address
3. Telephone Number
4. Fax
5. Email
6. Website, if any
7. Contact Person Name:
Designation:
Phone:
Mobile:
8. Date of Incorporation
9. Legal Status Proprietorship/partnership/Pvt. Limited/Public
Limited/others(Pl. mention)
10. Addresses of Offices
located in Tamilnadu
along with phone
number, fax and email.
11. Brief profile of the
tenderer
31 Signature of the tenderer with seal
12. Manufacturing
Capacity
Description Manufacturing Capacity
Modular type counter table
3 seater airport model row
chair
Counter chair
Visitor chair
(without arm)
Signage board
13. Registration Number
as a firm under State
Sales Tax Act/VAT
14. Registration Number
as a firm under Central
Sales Tax Act
15. Service Tax
Registration Number
16. PAN Number
32 Signature of the tenderer with seal
ANNEXURE – V
LETTER OF AUTHORIZATION FROM THE ORIGINAL MANUFACTURER
To
The Managing Director,
Tamil Nadu Arasu Cable TV Corporation Ltd.,
Dugar Towers, 6th Floor,
No.34/123, Marshalls Road, Egmore,
Chennai – 600 008.
Sir,
We hereby authorize M/s ................................to undertake to submit a Bid, and subsequently
negotiate and sign the contract with the TACTV against Tender No:_____________ for the (type
the Description of goods) developed by us. We hereby extend our full warranty for the goods
offered for supply by the above firm against this tender.
We also undertake to provide timely supplies as per terms of tender and as agreed mutually and
also to provide a trouble free and continuous support either directly or through our authorized
partners under our supervision during the said support period. We will provide the necessary
support in the event of upgradation of any of the software is necessitated while providing the
support will arrange for complete replacement of the item(s) with an equivalent / higher version.
For this tender we authorize M/s. ______________________________________ (Complete
address and full contact details of the partner) to be our sales and service partner. In the event of
discontinuation of supply and service by our partner or any problem arises during provision of
supply and services, the entire responsibility to provide trouble free and continuous supply and
services to the end user rests with us and we undertake to provide supply and services directly or
through our alternative sales / service partners.
In case of violation of any of the conditions above, I/We .......................... understand that I/
We are liable to be blacklisted by TACTV for a period of three years.
(Signature for and on behalf of Principal)
NOTE: COMPETENT AUTHORITY OF THE MANUFACTURER SHOULD ISSUE
THE LETTER OF AUTHORIZATION INDIVIDUALLY FOR EACH TENDERER
SEPARATELY.
33
ANNEXURE – VI
ANNUAL TURN OVER STATEMENT
The Annual turnover of M/s ............................................................... for the past three
years are given below and certified that the statement is true and correct.
S.no Year Turnover
(Rs. in lakh)
1 2011-2012
2 2012-2013
3 2013-2014
4 2014-2015
Total
Average annual turnover
Note: Average Turnover of any three consecutive financial years will be considered i.e. FY
2011-12, 2012-13 and 2013-14 (or) FY 2012-13, 2013-14 and 2014-15.
DATE :
SIGNATURE OF THE TENDERER
SIGNATURE OF CHARTERED ACCOUNTANT
(with seal and Address)
34
ANNEXURE – VII
LIST OF SERVICE CENTRES IN TAMILNADU
Sl.No District Name of the
Tenderer, who
established the centre
and address of the
centre
Details about
the facilities
and no. of
service persons
Contact
Person
Phone /
Mobile
Number
SIGNATURE OF THE TENDERER
(with seal and address)
35
ANNEXURE – VIII
CERTIFICATE
Date: __________
Certified that M/s.........................................................../ the firm /company or its partners / share
holders had not been blacklisted by Tamilnadu Arasu Cable TV Corporation Limited (TACTV),
or by any Government Agencies.
SIGNATURE OF THE TENDERER
(with seal and address)
36
ANNEXURE – IX
DECLARATION FORM
Date: __________
a) I/We …………………………………………………………………….. having our
office at …………….. do declare that I/We have carefully read all the conditions of tender sent
to me/us by the Tamilnadu Arasu Cable TV Corporation Limited (TACTV), for the tenders
floated vide tender ref.no.__________________________ for the supply and erection of modular
type counter tables, 3 seater airport model row chairs, counter chairs, visitor chairs and signage
boards on piece work contract basis for a period of one year, will complete the contract as per the
tender conditions.
b) I/We have downloaded the tender document from the internet site www.tactv.in /
www.tenders.tn.gov.in and I /We have not tampered / modified the tender document in any
manner. In case, if the same is found to be tampered / modified, I/ We understand that my/our
tender will be summarily rejected and full Earnest Money Deposit will be forfeited and I /We
am/are liable to be banned from doing business with TACTV or prosecuted.
SIGNATURE OF THE TENDERER
(with seal and address)
37
ANNEXURE – X
SAMPLE SUBMISSION FORM
S.No Item
Description
Make Model Broucher/
Specification
of the product
Sl.No
of the
item
1. Modular type
counter table
2. 3 seater airport
model row chair
3. Counter chair
4. Visitor chair
(without arm)
5. Signage board
SIGNATURE OF THE TENDERER
(with seal and address)
38
ANNEXURE – XI
LETTER OF GUARANTEE FOR MAINTAINING MINIMUM STOCK
To
The Managing Director,
Tamil Nadu Arasu Cable TV Corporation Ltd,
Dugar Towers, 6th Floor,
No.34/123, Marshalls Road, Egmore,
Chennai – 600 008.
Sir,
We, M/s .........................hereby undertake and ensure that as per the Tender clause 22. Minimum
Stock Maintenance and 23. Warranty Clause for the tender reference ______ floated by TACTV
for the supply and erection of modular type counter tables, 3 seater airport model row chairs,
counter chairs, visitor chairs and signage boards on piece work contract basis for a period of one
year, will maintain the minimum stock for the tendered items and strictly follow the instructions
of TACTV for the immediate delivery of the items as per the conditions stipulated in the Tender.
1. Minimum ex-stock of about 10 units of all items will be kept in the premises as confirmed
by TACTV. Upon issuance of notice from TACTV, we will deliver and install the items
within 24 hours for the Chennai customers and 48 hours for the customers outside Chennai.
2. No financial commitment will be claimed by us for maintaining the ex-stock items.
3. We ensure that at any point of time the minimum ex-stock level will be maintained. The
short fall of 10 numbers will be replenished within 7 days from the date of delivery of the
items from the minimum stock.
4. TACTV can inspect the Minimum stock level at any point of time and may impose a penalty
of 20% of the cost of the equipments which are shortage of the specified qty.
5. If we fail to maintain the minimum stock level in three instances during the Piece work
contract period, TACTV reserves the right to terminate the contract with us and we may be
declared as non performer which may not permit us in participating tenders floated by
TACTV in future, for the next three years.
In case of violation of any of the conditions above, I/We .......................... understand that I/
We are liable to be blacklisted by TACTV for a period of three years.
(Signature for and on behalf of Principal)
39
ANNEXURE - XII
PART-II
From,
Name:
Address:
Ph:
Fax:
E-mail:
To,
The Managing Director,
Tamilnadu Arasu Cable TV Corporation Limited (TACTV),
34 /123, 6th Floor, Dugar Towers,
Marshall’s Road, Egmore,
Chennai - 600 008
Sir,
Sub: Tender for the supply and erection of modular type counter tables, 3 seater airport
model row chairs, counter chairs, visitor chairs and signage boards on piece work
contract basis for a period of one year - Submission of Part – II – Price Offer-Reg
Ref:- Our tender (Technical Bid) submitted today for “the supply and erection of modular
type counter tables, 3 seater airport model row chairs, counter chairs, visitor chairs
and signage boards on piece work contract basis for a period of one year”
----
In continuation of our above tender, we submit herewith the price offer for “the supply
and erection of modular type counter tables, 3 seater airport model row chairs, counter chairs,
visitor chairs and signage boards on piece work contract basis for a period of one year” as
specified by TACTV in this tender document. We agree to abide by the terms and conditions
stipulated by the TACTV and also agree to complete the entire contract, at the rates quoted by
us. The rate quoted and approved by the TACTV in this tender will hold good as per TACTV
tender conditions.
Yours faithfully,
SIGNATURE OF THE TENDERER
40
ANNEXURE –XIII
PRICE BID
Sl.No Description Rate per unit for the supply and erection Rate per unit for
warranty for
5 years
(excluding taxes)
(Rs.)
Total rate per unit
(Rs.) Rate
excluding
VAT/CST
(Rs.)
Applicable
VAT/ CST
(%)
Applicable
VAT/ CST
(Rs.)
Rate
including
all taxes
(Rs.)
1. Modular type counter table
2. 3 seater airport model row
chair
3. Counter chair
4. Visitor chair (without arm)
5. Signage board
Grand Total
Amount in Words: Rupees __________________________________________________________________________________ only
Note:
1) Tenderers should quote for all the items in the above list. Quoting of few items would entail rejection of the tender.
2) Tenderer shall fill up all the columns against each item.
SIGNATURE OF THE TENDERER
(with seal and address)
41 Signature of the tenderer with seal
ANNEXURE – XIV
CHECKLIST OF DOCUMENTS
Documents to be enclosed in Part-I:
1. A covering letter on your letter head addressed to The Managing Director, Tamilnadu
Arasu Cable TV Corporation Limited (TACTV), 34 /123, 6th Floor, Dugar Towers,
Marshall’s Road, Egmore, Chennai - 600 008 (as per Annexure-II)
2. Tender conditions duly signed in each page and enclosed in token of accepting the
Tender conditions.
3. Demand Draft or Banker’s Cheque for Rs.1,50,000/- (Rupees One Lakh and Fifty
Thousand only) towards EMD (DD/ Banker’s Cheque No. _____________ dated
____________drawn on ______________________________ Bank in favour of
“Tamilnadu Arasu Cable TV Corporation Limited”, payable at Chennai).
4. Letter of Authorization for authorized signatory from the tenderer organisation.
5. Compliance report to the technical specifications of the furniture (as per Annexure-III).
6. Details of the Tenderer (as per Annexure-IV)
7. Letter of Authorization from the Original Manufacturer, in case of authorized dealer (as
per Annexure-V)
8. Average annual turnover statement duly certified by a Chartered Accountant (as per
Annexure-VI).
9. List of Service centres in Tamilnadu (as per Annexure-VII).
10. Declaration for not having black listed either by TACTV or by any other Govt. agencies
(as per Annexure-VIII).
11. Declaration for not having tampered the Tender documents downloaded from the
websites www.tactv.in and www.tenders.tn.gov.in (Annexure-IX).
12. Sample Submission Form(as per Annexure-X)
13. Letter of Guarantee for Maintaining Minimum Stock (as per Annexure-XI)
14. The copy of certificate of incorporation/registration.
15. Copy of Memorandum and Articles of Association.
16. Copy of Registered Partnership deed, in case of Partnership Firm.
17. Valid Proof in support of Manufacturing.
18. Purchase Orders issued by the clients
19. Performance certificate issued by the clients
20. The Annual Report / certified copies of Balance Sheet, Profit & Loss statement along
with schedules for the last 3 consecutive financial years i.e. FY 2011-12, 2012-13 and
2013-14 (or) FY 2012-13, 2013-14 and 2014-15.
42 Signature of the tenderer with seal
21. Copy of Registration certificate as a firm under TN VAT Act/CST Act.
22. Copy of Service Tax Registration certificate.
23. Copy of PAN allotment Certificate/ PANCARD issued by Income Tax Department.
24. Latest Assessment orders under TN VAT Act/CST Act.
25. Latest I.T return.
26. Latest Service Tax Clearance Certificate.
27. Notarized translated English version of the documents in a language other than
English/Tamil, if any.
Documents to be enclosed in Part-II
1. A covering letter on the letter head addressed to The Managing Director, Tamilnadu
Arasu Cable TV Corporation Limited (TACTV), 34 /123, 6th Floor, Dugar Towers,
Marshall’s Road, Egmore, Chennai - 600 008 (as per Annexure-XII)
2. Price Bid as per Annexure-XIII of the Tender document.
Note: Tenders submitted in unsealed cover would summarily be rejected.
One Sample for each item should also be submitted on the date of submission of tender.
Recommended