33
FPI- RFP-TV proc 1 GOVERNMENT OF KARNATAKA FISCAL POLICY INSTITUTE Bangalore-Mysore Road, NearPanchamukhiGanagapthi Temple, KengeriPost, Bangalore-560 060. PHNO: 080-26971000 / FAX: 080-26971010 / WEB: www.fpibangalore.gov.in TENDER INVITING NOTICE Re-Tender to Supply, Install, Commission, Support 22’’ LED TVs & Set Top Boxes to FPI Hostel, (Through e-procurement portal only) https://www.eproc.karnataka.gov.in No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 Tender Schedule Date of commencement of Tender 06-02-2016 Pre-Bid meeting date, time and Place On 10-02-2016 AT 2.30 P.M. Chambers of the Joint Director (Admn), Fiscal Policy Institute, Kengeri, Bangalore 560060. Last date and time for receipt of tender forms 12-02-2016 - at 12.00 Noon Time and date of opening of Tenders Technical Bid - on 15-02-02-2016 @ 12.30 Noon Financial Bid - Tentatively on 16-02-2016 after 12-00 Noon Place of opening of technical tenders Fiscal Policy Institute, Mysore - Bangalore Road, Kengeri Bangalore 560060 Address for communication Contact Person: The Director, Fiscal Policy Institute, Mysore Road Kengeri, Bangalore 560060…………… Mr.Rajeswar HN, Special Officer, EMD Amount Rs.35,000/-(pay by on-line / e-mode only) Please visit web site www.eproc.karnataka.gov.in for full details.

Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

  • Upload
    lexuyen

  • View
    216

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

1

GOVERNMENT OF KARNATAKA

FISCAL POLICY INSTITUTE

Bangalore-Mysore Road, NearPanchamukhiGanagapthi Temple,

KengeriPost, Bangalore-560 060.

PHNO: 080-26971000 / FAX: 080-26971010 / WEB: www.fpibangalore.gov.in

TENDER INVITING NOTICE

Re-Tender to Supply, Install, Commission, Support 22’’ LED TVs & Set Top Boxes to

FPI Hostel,

(Through e-procurement portal only)

https://www.eproc.karnataka.gov.in

No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016

Tender Schedule

Date of commencement of

Tender

06-02-2016

Pre-Bid meeting date, time

and Place

On 10-02-2016 AT 2.30 P.M.

Chambers of the Joint Director (Admn),

Fiscal Policy Institute, Kengeri, Bangalore – 560060.

Last date and time for

receipt of tender forms

12-02-2016 - at 12.00 Noon

Time and date of opening of

Tenders

Technical Bid -

on 15-02-02-2016 @ 12.30 Noon

Financial Bid -

Tentatively on 16-02-2016 after 12-00 Noon

Place of opening of

technical tenders

Fiscal Policy Institute,

Mysore - Bangalore Road, Kengeri Bangalore 560060

Address for communication

Contact Person:

The Director,

Fiscal Policy Institute, Mysore Road Kengeri,

Bangalore – 560060……………

Mr.Rajeswar HN, Special Officer,

EMD Amount

Rs.35,000/-(pay by on-line / e-mode only)

Please visit web site www.eproc.karnataka.gov.in for full details.

Page 2: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

2

1. Introduction

Fiscal Policy Institute (FPI) is a separate Directorate working under the administrative

control of Finance Department, Govt. of Karnataka. FPI is engaged in customised

training to the officers of Government and PSUs, and undertaking research work in

public financial planning, public project implementation, public expenditure, public

resources, public asset management etc. FPI is spread over an area of 5.5 acres of

land with various buildings constructed in the Campus.

Fiscal Policy Institute (FPI) invites proposals from the eligible Original Equipment

Manufacturers (OEM) or their Business partner /Agents duly authorized by OEM (to

participation in this tender) to “Supply, Installation, Commissioning & Maintenance of

70 No. LED TVs, & Set Top Boxes in FPI Hostel rooms. Submission of bids shall be

deemed to have been done after careful study and examination of the RFP / Tender

document with full understanding of its implications.

2. Objective of this RFP / Tender Document

The Request for Proposal (RFP) / Tender document is purely for the selection of

Agency for Supply, Installation, Commissioning, and Maintenance of LED TVs, &

Set Top Boxes, Data& Electrical cabling to all 70 Rooms in FPI Hostel

(maintenance for a period of one year or during warranty period whichever is

higher) from the date of acceptance of the work order issued by FPI.

3. Tender Document: Tender document is available in the Karnataka Government

web-site http://eproc.karnataka.gov.in and can be downloaded.

4. Amendment To Tender Document: The FPI may, for any reason, whether at its

own initiative or in response to the clarification requested by the prospective

Tenderer, issue amendment in the form of addendum / corrigendum. Any

addendum / corrigendum thus issued shall become part of the Tender Document.

For addendum/ corrigendum issued during the tendering period, Tenderer shall

consider the impact of such addendum / corrigendum in the tender. For addendum

/corrigendum issued subsequent to receiving the tenders, Tenderer shall follow the

instructions issued along with such addendum / corrigendum.

5. Visit To Campus: The Tenderers/bidders are advised to visit the site before

submission of bid to understand the nature and scope of the work.

6. Tendering Process

A. Bidder shall submit the Pre-qualification cum Technical bid and Financial bid

through https://www.eproc.karnataka.gov.in

B. Selection process for the Bidder

a. Issue of tender notification

b. Pre-bid meeting

c. Submission of Bids (through e-procurement portal only)

d. Opening of Technical Bids

e. Technical/Infrastructure bids evaluation

g. Short-listing of Bidders for Commercial bids opening.

h. Commercial bids opening.

i. Commercial bids evaluation

Page 3: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

3

j. Discussion by Procurement Committee.

k. Issuance of Letter Of Appointment (LOA) / Supply Order

l. Acceptance of the LOA / Supply Order

m. Finalization and Signing of SLA.

7. Instructions to Tenderers:

a) The tender should be submitted through e-Procurement portal

https://www.eproc.karnataka.gov.in only. No other form of tender

submission will be valid for evaluation.

b) Tenders duly filled and accompanying all supporting documents, should be

uploaded in the e-Procurement portal.

c) The online bids will be opened at office of the Joint Director (Admn), FPI,

Bangalore-Mysore Road, Kengeri, Bangalore - 560060. The Financial Bids of

those Bidders/ Agencies short listed from the Pre-qualification cum Technical

bids will be opened.

d) Tenders submitted should be complied with the requirements specified in this

RFP document.

e) Appropriate forms furnished with this specification shall be used in filling

quotation. Incomplete e-form will be rejected.

f) Submitted tender forms, with overwritten or erased or illegible rate or rates

not shown in figures and words in English, will be liable for rejection. In case

of discrepancy between words and figures noted against each items of the

tender and between unit rates and the total amount, the decision of the tender

issuing authority (FPI) will be final and binding on the bidders. Total of each

item and grand total of whole tender should be clearly written.

g) The bidder shall make his own arrangements, for supply, installation and

commissioning of materials at FPI.

h) While tenders are under consideration, bidders and their representatives or

other interested parties, are advised to refrain from contacting by any means

FPI's personnel or representatives, on matters relating to the tenders under

study. FPI, if necessary will obtain clarification on tenders by requesting such

information from any or all the bidders either in writing or through personal

contact as may be necessary. The bidder will not be permitted to change the

substance of his offer after the tenders have been received in FPI. Any

attempt by any bidder to bring pressure of any kind, may disqualify the bidder

for the present tender and the bidder may be liable to be debarred from

bidding for FPI.

i) The bidder shall not use or disclose any Confidential Information of the Institute

except as specifically contemplated herein. For purposes of this tender / contract

"Confidential Information" means information that:

(i) is sufficiently secret to derive economic value, actual or potential, from not

being generally known to other persons who can obtain economic value

from its disclosure or use; and

(ii) is the subject of efforts that are reasonable under the circumstances to

maintain its secrecy or confidentiality.

Page 4: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

4

j) “Agreement" means the Agreement to be signed between the successful L1

bidder and FPI. including all attachments, appendices, all documents

incorporated by reference thereto together with any subsequent modifications,

the RFP, the bid offer, the acceptance and all related correspondences,

clarifications, presentations.

k) “Request for Proposal (RFP)”, means Tender Document, the detailed

notification seeking a set of solution(s), services(s), materials and/or any

combination of them.

l) FPI means Fiscal Policy Institute, Bangalore,the principal i.e. inviting

authority and accepting authority to this tender.

m) System means LED TVs with Set Top Boxes and necessary accessories

specified in Appendix - 3

Page 5: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

5

Letter Of Invitation

No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016

FPI invites proposals to “Supply, Installation, Commissioning & Maintenance of

LED TV, Set Top Box, Data & Electrical cabling at all 70 rooms in hostel, FPI,

with warranty for a period of one year from the date of acceptance”. Bidders are

requested to go through the document carefully and submit proposals as per the

instructions and guidelines given in the tender document.

Joint Director (Admn),

Fiscal Policy Institute, Bangalore,

Page 6: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

6

8. SCOPE OF WORK

The minimum specified work to be undertaken by the bidder to supply, install,

commission and maintain the LED TV, Set Top Box with necessary

accessories at 70 rooms in FPI, Hostel is as specified below, but not limited

to:-

Supply and Installation, Commission & Maintenance of LED TVs & Set

Top Boxes with accessories: The selected bidder shall be responsible to

supply, install, commission and maintain the LED TV (wall-mount) with

power stabilizers, Set Top Box, Switcher, Amplifier, Splitter, Data &

Electrical Cabling work, Connector at 70 rooms in FPI Hostel. The selected

Agency will be responsible to undertake all the work related to the

installation of the components. Some of the key considerations are:

i. The Bidder (Agency) should be responsible for installation of LED TV (to be

mounted on wall) at each room (70) in FPI hostel.

ii. The Bidder should be responsible for installation of Dish Antenna, Set Top

Box, at any suitable places of Hostel or in all rooms or at control room (if

any) iii. The Bidder should be responsible for supply of set top box with economic

package of channels for 70 TVs at FPI, Hostel up to 12 months from the date

of acceptance.

iv. The Bidder should be responsible for installation of adequate nos. of

Switcher, Amplifier, Splitter, Connector and data cabling in such fashion, so

that control of transmission of various TV program (News, Religious,

Entertainment, Sports etc.) should be in hand of one person in FPI Hostel.

v. The Bidder should be responsible for connection of power of devices (TV,

Set Top Box, Switcher, Amplifier etc.). The supply & installation of electrical

cable, DB box, Switchers and sockets etc for each device is responsibility of

the selected Bidder.

vi. The laying of data cable & electrical cable at 70 rooms with casing, capping

& flexible cable such that no cables should be visible at any place in the

Hostel.

vii. The bidder should be responsible for deployment of Manpower for

maintenance at FPI Hostel, on call from FPI.

viii. Installation shall mean to install and configure / integrate every component

required for transmission of various programme of Set top Box on TV

installed at each ward of all 70 rooms in hostel.

ix. The Bidder shall submit data & electrical lying diagram and get it certified by

Hostel warden / official in charge before start of the actual work at Hostel.

x. The electrical connectivity of devices from main DB/ Sub DB in all 70 rooms

at Hostel is responsibility of the Bidder.

xi. Time is the essence of the contract and the Tenderer / Bidder is required to

complete the work in all respects within the stipulated time and hand over the

same duly completed in all respects to the satisfaction of the FPI.

Page 7: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

7

9. Bidding details

The tender calls for selecting bidder for Supply, installation and support 22” LED TVs & Set

Top Boxes for FPI as per the Scope of work mentioned in this document. Partial offers are

liable for rejection.Firms who fulfill technical criteria specified in this RFPcan bid for this

tender.

9.1 Tender Processing Fee and Download of Tender Document

Bidder can download the tender document for free from the portal

(http://eproc.karnataka.gov.in) till the due date and time for bid submission. Any interested

bidder shall pay tender processing fee prescribed in the e-Procurement portal

to participate in this tender. The tender processing fee has to be paid through any of the five e-

payment options in the portal:

Credit Card

Direct Debit

National Electronic Funds Transfer (NEFT)

Over the Counter (OTC) – designated ICICI bank branches located across the country

Net banking

Please note that payments submitted through cheque or demand draft shall not be accepted.

For details regarding e-Payment, please refer to e-Procurement portal at the above mentioned

website or call e-procurement helpline 080-25501216 / 080-25501227.

Note: It will be in the interest of the bidders to familiarize themselves with the e-Procurement

system to ensure smooth preparation and submission of the tender documents and the bid will

within the bid submission time and date.FPI shall not be responsible for non-submission of

the bids by any bidder due to either technical reasons or the non-compliance by the bidder to

the process requirements for submission of valid bids on the e-procurement portal.

9.2 Modes of Submission

All interested bidders shall pay EMD and Tender Processing fee and submit their Technical

and Commercial Proposals electronically using the unified e-Procurement platform of

Government of Karnataka. The e-Proc portal is available at: http://eproc.karnataka.gov.in

Bids shall be submitted only through the unified e-Procurement system before the scheduled

date and time for bid submission. Bids submitted after the due date and time will not be

considered and FPI will not be liable or responsible for any delays due to unavailability of the

portal and/or the connectivity or any technical issues. Bidders are advised to get familiar with

the bid submission on the e-procurement portal and ensure that the bids are submitted well in

advance to prevent any last minute glitches.

9.3 Ernest Money Deposit (EMD)

The Bid shall contain EMD amount of Rs.35,000/- (Rupees Thirty Five Thousand only) and

shall be paid through any of the five e-payment options in the portal:

Credit Card

Direct Debit

National Electronic Funds Transfer (NEFT)

Over the Counter (OTC) – designated ICICI bank branches located across the country

Net banking

Note: Please note that the bids submitted without prescribed EMD and the applicable tender

processing fee are liable for rejection by the e Procurement portal. E-Procurement portal will

Page 8: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

8

deny submission of the bid without submitting the EMD Deposit and it will take min 2-3 days

for confirmation from the bank regarding the EMD realization.

Please note that payments submitted through cheque or demand draft shall not be accepted.

For further details regarding e-Payment, please refer to e-Procurement portal at the above

mentioned website.

The bidder shall be disqualified if the bids are not accompanied by the prescribed EMD and

the Tender processing fees.

The EMD of the unsuccessful Bidder/s will be discharged / returned as promptly as possible,

but not later than 60 days after the award of the contract to the successful bidder, after

submission of performance bank guarantee.

No interest will be payable by the Government/FPI on the amount of the EMD.

The EMD may be forfeited:

a) If a Bidder withdraws the bid or increases the quoted prices during the period of

bid validity(refer section 3.10), or its extended period, without the explicit consent

of the department, if any; or

b) In case successful Bidder, bidder fails within the specified time limit to:

Sign the Agreement or,

Furnish the required Performance Bank Guarantee

FPI reserves the right to blacklist the bidder from further participation in the tenders of FPI

for a period of 3 years from date of such notification

9.4 Authentication of Bid

The response bid shall be signed by the Bidder or person duly authorized to bind the Bidder to

the Contract. A letter of authorization shall be supported by a written power-of-attorney

accompanying the bid. All pages of the bid, except for un-amended printed literature, shall be

initialed and stamped by the person or persons signing the bid.

9.5 Validation of interlineations in Bid

The bid shall contain no interlineations, erasures or overwriting except as necessary to correct

errors made by the Bidder, in which case such corrections shall be initialed by the person or

persons signing the bid.

9.6 Clarification on Tender Document

Any prospective Bidder requiring any clarification on the RFP Document may submit the

queries, in writing, at the mailing address provided in this RFP and as per schedule indicated

in e-procurement portal. The queries must be submitted in the following format only to be

considered for clarification:

Sl.

No

Section No./

Clause No.

Page No. Reference/ Subject Clarification Sought

.. .. .. .. ..

FPI, will respond to any request for clarification on the Tender Document, received not later

than the dates prescribed in e-procurement portal. Clarifications (including the query but

without identifying the source of inquiry) will be uploaded on the e-procurement portal

http://eproc.karnataka.gov.in for the information of the prospective bidders.

Page 9: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

9

9.7 Language of Bids

Bids submitted by the Bidder and all the correspondence and documents relating to the bids

exchanged by the Bidder and FPI, shall be in English language.

This bid should be filed in English language only. If any supporting documents submitted are

in any language other than English, translation of the same in English language is to be duly

attested by the bidder.

9.8 Amendment of Tender

Any addendum/corrigendum will be uploaded on the http://eproc.karnataka.gov.in website.

Prospective Bidders are requested to visit the website frequently to check for any

amendments.

9.9 Firm Prices & Discount

a) The prices quoted as part of the financial proposal must be firm and final and shall not

be subject to any escalation, on any account whatsoever, till the expiry of the contract

period.

b) Tender Currency: Prices shall be quoted in Indian Rupees.

9.10 Bid Validity Period

a) Period of Validity of Bids : Bids shall remain valid for 180 days after the date of opening

of Technical Bids prescribed by the FPI, A bid valid for a shorter period may be rejected

as non-responsive. However, the prices finalized after opening the tenders shall not

increase throughout the period of implementation and operation of the contract.

b) Extension of Period of Validity : In exceptional circumstances, the FPI, may request the

Bidder(s) for an extension of the period of validity of the bid. The request and the

responses thereto shall be made in writing (or by fax). In such cases the validity of EMD

shall also be suitably extended by the bidder.

9.11 Subcontracting or Subletting of Work

Any Sub Contracting or subletting of work under the contract shall not permitted.

9.12 Consortium Bids

The Bidder is NOT allowed to form Consortium of any nature whatsoever to perform/provide

the Services as specified under this RFP.

9.13 FPI’s Right to Vary Scope of Contract at the time of Award

The FPI, may at any time, by a written order given to the Bidder, make changes to the scope

of the Contract as specified.

9.14 FPI’s Right to Accept Any Bid and to reject any or All Bids

a) The FPI, reserves the right to reject any bid and to annul the Tender process and reject all

bids at any time prior to award of Contract, without thereby incurring any liability to the

affected Bidders or any obligation to inform the affected Bidders of the grounds for the

FPI’s action.

b) The FPI, GoK reserves the right to negotiate the commercials with the L1 Bidder.

9.15 Financial Bid Details

No changes in the financial bid shall be allowed post submission of the bid. The currency for

the financial bid shall be Indian Rupees. Bidders shall quote for the entire Project on a single

responsibility basis on the following lines.

Bidders intending for commercial bid shall necessarily give the commercial details explained

in Appendix-9. All the commercial details shall be uploaded as part of the commercial bid on

Page 10: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

10

the e-procurement portal (http://eproc.karnataka.gov.in) The bid shall be comprehensive and

inclusive for all the services to be provided by the bidder as per scope of his work.

The prices, once offered, must remain fixed and must not be subject to escalation for any

reason whatsoever within the period of project/contract. A proposal submitted with an

adjustable price quotation or conditional proposal may be rejected as non-responsive.

However, additional amounts resulting from increase in the rates of custom duty, central

excise, VAT and service tax, as relevant for the project effective after the date of bid

submission, would be paid separately by the Director of FPI / Representative identified by

Director of FPI, on claim by the successful bidder, after calculating the difference resulting

from such increase. Similarly if there is a reduction in rates of these taxes, effective after the

date of bid submission, FPI shall reduce the amount payable by an amount saved because of

such a reduction.

The bidder shall be responsible for the costs towards travel/stay, daily allowance or any other

allowances of their staff deployed with respect to the execution of this project, and any other

expenditure that the bidder incurs before or after the award of the contract and during the

currency of the contract period.

9.16 Bid Evaluation Process

FPI may constitute a Tender Scrutiny Committee, which shall evaluate the bids submitted by

the bidders for the compliance.

a) The Bidder shall furnish the information required in the formats prescribed in the RFP.

Required documents / templates for qualifying are summarized below. The Bidder will

be evaluated against the criteria given in this section and the bids that do not

conform/comply to the requirements will be rejected.

b) FPI will examine the bids to determine whether they are complete, whether required

EMD has been furnished, whether the documents have been properly signed by

authorised signatory, and whether the bids are generally in order and substantially

responsive. In such bids, FPI may ask Bidder(s) for additional information, visit to

Bidder’s site and/or arrange discussions with their professional, technical faculties to

verify claims made in technical evaluation bid documentation.

c) A bid determined as substantially not responsive is liable for rejection byFPI.

Bidders meeting the compliance requirements on all the technical evaluation criteria will be

qualified for next stage of evaluation.

9.17 Technical Bid Evaluation

Technical Bid Evaluation (Pre- Qualification):

Please refer Appendix – 1, and submit the information / data accordingly, incomplete

submission may lead to rejection of the bid. The Appendix -1 is also the check list

for technical bids.

10. Financial Bid Evaluation

I. The financial evaluation shall be done only for the technically qualified bidders from

technical evaluation stage. The financial evaluation shall be done based on the details

submitted by the bidder as per the format provided in Appendix-9

II. During the validity of the Contract including the extended period, if the bidder

sells any system or sub-system of the same or equivalent configuration to any

other Department /Organization in the state of Karnataka at a price lower than the

Page 11: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

11

price fixed for FPI, the Agency/Bidder shall voluntarily pass on the price

difference to FPI.

III. The bidder should quote minimum price for each item as per stipulated

specifications. In case of Set Top Box the items matching to the stipulated

specifications are not available with the Bidder, he can offer alternatives with

same specifications. However, he must get this clarified in the pre-bid meeting in

writing failing which FPI reserves the right to reject the Bid with non

confirmative specifications.

IV. Tenderer shall submit price bid for a single MAKE & MODEL only.

V. Price Fall Clause: During the first six months of sale, if the Bidder/Contractor

sells 22”LED TVs & Set Top Boxes / system of this configuration or equivalent

configuration to any other Department /Organization in the state of Karnataka at a

price lower than the price fixed for FPI, the Bidder/Contractor shall voluntarily

pass on the price difference to FPI.

11. Award of Contract

FPI reserves the right to award the contract to the lowest financial bid that complies

with all the technical requirements

12. GENERAL TERMS AND CONDITIONS

12.1 One Proposal per Bidder

Each bidder shall submit only one Proposal. The bidder who submits or participates in more

than one Proposal will be disqualified. Also bidders cannot associate with other bidders.

12.2 Cost of Proposal

The bidder shall bear all costs associated with the preparation and submission of its Proposal,

including site visits, and FPI will in no case be responsible or liable for those costs, regardless

of the conduct or outcome of the proposal process.

12.3 Amendment of RFP Documents

At any time prior to the deadline for submission of Proposal, FPI may amend the RFP

document by issuing suitable Addenda/corrigendum.

Any addenda/corrigendum thus issued shall be part of the RFP document, and shall be

published on the e-procurement portal. No claim will be entertained from any prospective

bidder or the bidder regarding any issue pertaining to RFP, due to his Failure to note the

addenda/corrigendum published on the e-procurement portal.

To give bidders reasonable time in which to take an Addendum/corrigendum into account in

preparing their Proposals, FPI, shall extend if necessary, the deadline for submission of

Proposals

12.4 Limits on Promotion

The bidder shall not make any reference to FPI, or this procurement or resulting contract in

any literature, promotional material, brochures, sales presentation or the like without the

express prior written consent of FPI. The bidder shall not perform any kind of promotion,

publicity or advertising etc. at the department field offices through any kinds of hoardings,

banners or the like without the express prior written consent of FPI.

12.5 Use & Release of Bid Submissions

FPI is not liable for any cost incurred by the bidder in the preparation and production of the

Proposal, the preparation or execution of any benchmark demonstrations, simulation or

Page 12: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

12

training service or for any work performed prior to the execution of a formal contract. All

materials submitted become the property of FPI and may be returned at sole discretion. The

content of each bidder’s Proposal will be held in strict confidence during the evaluation

process, and details of the Proposals will not be discussed outside the evaluation process.

12.6 Deadline for submission of proposals

Proposals shall be received by FPI, using unified e-Procurement platform of the GoK no later

than the time and date stipulated in the portal.

Note: It will be in the interest of the bidders to familiarize themselves with the e-Procurement

system to ensure smooth preparation and submission of the tender documents, well in time

12.7 Modification and Withdrawal of bids

No modification or withdrawal of bids is permitted in accordance with the unified e-

Procurement platform of the GoK.

12.8 Process to be Confidential

Information relating to the examination, clarification, evaluation and comparison of

Proposals, and recommendations for the award of the project shall not be disclosed to any

other persons not officially concerned with such process until the award to the successful

Bidder has been announced.

12.9 Correction of Errors

Bidders are advised to exercise greatest care in entering the pricing figures. No excuse that

mistakes have been made or requests for prices to be corrected will be entertained after the

quotations are opened. The e-Procurement portal will not allow any corrections after the

submission of the bid.

13 A. Responsibilities of Bidders

The bidder will be responsible for service support during the contract period

and the same shall be discharged through own service engineer/Authorized

Service Engineer of the OEM.

The responsibility of the bidder is to supply brand new and standard products

without any damage with its/their installation and commissioning. The bidder

shall be responsible for delay in supply, installation & commissioning.

End of Life: The bidder shall make available to all necessary spare parts, same

or equivalent spare parts without affecting the compatibility or performance of

any part of the system, for a period of at least four years from the expiry of the

warranty period.

13 B. Responsibilities of OEMs

OEM should have presence in India for more than 5 years. Certificate of

Incorporation document of the OEM to be submitted.

OEM should able to provide Technical Assistance across 24x7. Declarations

form the OEM to be submitted.

OEM should have service and support centre in Bangalore. Declarations form

the OEM to be submitted.

ISO certificate of the OEM should be submitted.

Page 13: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

13

14. On- site Warranty/Guarantee Clause

a. The bidders should give 1 year on-site warranty from the date of issuing of

“Acceptance Test Report” issued by FPI. Acceptance Test Report issued by the

FPI Hostel-in-charge after successfully installation, commissioning of

equipments. The equipment would continue to conform to the description and

quality as specified for the period on all items from the date of delivery and

verification of the said equipment to be purchased and that notwithstanding the

fact that FPI. May have inspected and/or approved the said equipment during the

period of contract.

b. If, during the on-site warranty period, any equipment has any failure on four or

more occasions, it shall be replaced by equivalent new equipment by the Vendor

at no cost to the indenter/buyer.

c. In addition to guarantee as mentioned in clause (b) above, the bidder shall during

the guarantee period replace the parts, if any, and remove any manufacturing

defect, if found during the above said period, so as to make the equipment

operative. The bidder shall also replace parts of equipment, in case it is found to

be malfunctioning and defective, and that the equipment cannot be put to

operation otherwise. This also includes the cost towards labour by the bidder.

Complaint logging procedure and contact number will be given to end user with

each supply for Complaint logging and resolution along with SLA for response

time and resolution time. Failing to this compliance will result in deduction in

payment, forfeiture of the Performance Security Deposit and blacklisting of firm

with FPI /Govt. of Karnataka for future transaction.

15. Delivery and Penalty

Time is the essence of the contract and the Tenderer / Bidder is required to

complete the work in all respects within the stipulated time and hand over the

same duly completed in all respects to the satisfaction of the FPI.

1. Delivery Period: The RFP to be given for testing and acceptance and / or

delivery and installation at site is to be strictly adhered to the strict time schedule

for implementation of various projects. Any unjustified and unacceptable delay

in delivery beyond the delivery schedule as per purchase order (which shall not

be more than 3 weeks for all items from the date of Purchase order/ LOI)

will render the Bidder/Manufacturer liable for damage at the rate of 1.5% (one

and half percent) per week subject to a maximum of 2 weeks (i.e. 2 + 2 weeks),

and thereafter FPI holds the option for cancellation of the order for pending

supply, and procure the same from any other bidder/Manufacturer, forfeiting the

EMD/Security deposit of the Bidder / Vendor and blacklisting of firm with FPI

/Govt. of Karnataka future transaction. Also, FPI has option to procure the items

from alternate source at the risk and cost of the defaulting Bidder / Vendor.

2. Delivery period may be extended with or without liquidated damages if the delay

in the supply of goods is on account of hindrances beyond the control of the

bidder.

Page 14: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

14

16. Installation Schedule and Penalty

1. Bidder should install these items at FPI Hostel without any additional charge.

Installation should be completed within 2 weeks (two week) from the

scheduled or actual date of delivery whichever is later for all rooms in Hostel.

The delay in installation will carry a penalty of 0.2% (point two percent) for a

period of 1 week (i.e. 2 + 1 week). Thereafter, FPI holds the option to get the

procured item install through alternate sources at the risk and cost of the

defaulting vendor.

2. A sticker mentioning the service support call centre number of the vendor

should be pasted on each supplied item.

3. An installation certificate as per format given in Annexure-6 must be obtained

from Officer / Official-in-charge Hostel.

4. Timelines:

Schedule & Timelines Milestone Time Period Total Time

Period

Delivery of items 70 Hostel Rooms 3weeks 3 weeks

Installation of items at 70 Hostel Rooms 1 weeks 4weeks

Acceptance test Report at 70 Hostel

Rooms

1 week 5 weeks

5. Testing and Acceptance a. Normally, testing and acceptance of the systems will be done at the actual

sites of installation. However, wherever it is considered necessary, testing

and acceptance may be done at the time of delivery. In that case the items

which are accepted after testing should be sealed inside carton under

signature Manufacturer’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 site and install within 3 weeks

from the date of Work Order without any additional charges.

b. All aspects of safe delivery shall be the exclusive responsibility of the

agency / bidder / manufacturer.

c. FPI reserves the right to reject any item, if found unsuitable and / or not

conforming to the approved specifications.

d. The rejected items, if any, shall have to be taken back and replaced by

good quality equipment forthwith at the cost of the bidder.

e. No payment will be made for the rejected items. At the destination site, the

cartons will be opened only in the presence of FPI Officer / Official-in-

charge, Hostel and Bidder’s representative and the intact position of the

seal for not being tampered with shall also form the basis for certifying the

receipt in good condition.

f. During installation at site, if any item is found to be defective or broken, it

will be replaced with new one by the Bidder at their cost and risk within 7

days.

Page 15: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

15

17. Local Conditions:

1. Each Bidder is expected to visit the site to fully get acquainted with the

local conditions and factors, which would have any effect on the

performance of the contract and /or the cost.

2. The Bidder is expected to know all conditions and factors, which may

have any effect on the execution of the contract after issue of letter of

Award as described in the bidding documents. The Tenderer shall not

entertain any request for clarification from the Bidder regarding such

local conditions.

3. It is the Bidder’s responsibility that such factors have properly been

investigated and considered while submitting the bid proposals and no

claim whatsoever including those for financial adjustment to the

contract awarded under the bidding documents will be entertained by

the Tenderer. Neither any change in the time schedule of the contract

nor any financial adjustments arising thereof shall be permitted by the

Tenderer on account of failure of the Bidder to know the local laws /

conditions.

18. PENALTIES FOR SERVICES

1. FPI may make a complaint about the equipment/service through letter,

fax, e-mail, phone, SMS or any other means as they think fit or

convenient to the Service centre of bidder.

2. On receiving complaint about equipments/services, the service support

partner will respond and repair/replace or provide required services as

per the schedule given below.

Location of

Complaint

Response Period

(Visiting Site)

Resolution/Replacement

Period

FPI, Kengeri,

Bangalore

Next Business Days from

the date of complaint

1 (one) Working Day from

the date of complaint

3. On receiving complaint about equipments/services, the service support

partner will respond and repair/replace or provide required services as

per the schedule given below.

4. In case bidder/Agency fails to meet the above standards of maintenance,

there will be a penalty of Rs.200 per TV per day

5. In case the equipment is not repaired/replaced within one week, the

penalty will be charged at 2 (two) times of the penalty mentioned above

(Sr. No. 3).

6. If the original equipments are replaced by a temporary substitute

equipment/s within resolution period, the penalty will not be charged for

one week from the date of substitution /replacement. If the same is not

repaired/ replaced within one week, the penalty at the above rate will be

charged thereafter for one week and the same shall be 2(two) times

thereafter. The penalty may be deducted from the Bank guarantee.

Page 16: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

16

19. Rejection Criteria : The bid is liable to be disqualified if

a) Technical Rejection

1. Bids which do not conform to unconditional validity of the bid as prescribed in the

Tender.

2. If the information provided by the Bidder is found to be incorrect / misleading at any

stage / time during the Tendering Process.

3. Any effort on the part of a Bidder to influence the bid evaluation, bid comparison or

contract award decisions.

4. Bids without power of authorization and any other document consisting of adequate

proof of the ability of the signatory to bind the Bidder.

5. Failure to furnish proofs for information provided

6. Revelation of Prices in any form or by any reason before opening the Commercial

Bid.

7. Submission of the commercial bid details as part of the technical proposal.

8. Failure to furnish all information required by the RFP Document or submission of a

bid not substantially responsive to the Tender Document in every respect.

9. Failure to furnish proofs for information provided

10. Bidders not quoting for the complete scope of Work as indicated in the Tender

documents, addendum (if any) and any subsequent information given to the Bidder.

11. Bidders not complying with the Technical and General Terms and conditions as stated

in the RFP Documents.

12. The Bidder not conforming to unconditional acceptance of full responsibility of

providing services in accordance with the Scope of work and Service Level

Agreements of this tender.

13. Bidder not comply with Technical Specifications, given in Appendix - 5

14. Bidder not comply with MAF from LED TVs OEM – as per the format given in

Appendix - 6.

15. If the bid does not confirm to the timelines indicated in the bid.

b) Commercial Rejection

1. Incomplete Price Bid

2. Price Bids that do not conform to the Tender’s price bid format.

3. Total price quoted by the Bidder does not include all statutory taxes and levies

applicable.

20 Liquidated Damages

Subject to clause for Force Majeure if the bidder fails to complete the assignment in

compliance to the RFP before the scheduled completion date or the extended date or if bidder

repudiates the Contract before completion of the Work, the FPI at its discretion may without

prejudice to any other right or remedy available to the FPI the Contract, forfeit the entire

performance bank guarantee submitted by the bidder, apart from blacklisting of the bidder for

further participation in any of the tenders of the FPI, Government of Karnataka.

Any such recovery or liquidated damages shall not in any way relieve the bidder from any of

its obligations to complete the Works or from any other obligations and liabilities under the

Contract.

21 Termination of Contract

The bidder shall adhere to all the requirements of RFP, process and guidelines issued by FPI.

Any violations / non-compliance of any of the conditions will entail termination of the

contract without prejudice to the rights of the FPI - with such penalties as specified in the

Page 17: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

17

RFP and the Agreement. Upon such termination, FPI will have the right to forfeit the entire

EMD / Performance Bank Guarantee submitted by the bidder, apart from blacklisting of the

bidder for further participation in any of the tenders of FPI.

Upon termination, FPI will have the right to put in place any other agency for carrying out the

remaining work. Any extra expenditure shall be recoverable from the Second Party.

Where a change of management of the bidder has occurred whereby the bidder’s company has

merged, amalgamated or been taken over, due to which the majority shareholding of the

bidder has been transferred to another entity, and in case requirements for the bidder set out in

the RFP are not complied with, the FPI can by a 15 (Fifteen) days written notice, terminate

this Agreement and such notice shall become effective at the end of the notice period.

22. Performance Bank Guarantee (PBG)

The successful bidder shall at his own expense deposit with FPI, an unconditional and

irrevocable Performance Bank Guarantee (PBG) for 10% of the contract value from a

Nationalized bank payable on demand, for the due performance and fulfillment of the contract

by the bidder. PBG’s submitted shall be valid till the end of three months after the period of

end of warranty of 22’ LED-TVs and Set Top Boxes. Subject to the terms and conditions in

the Performance Bank Guarantee, at the end of three months after the “Transfer”, the

Performance Bank Guarantee will lapse automatically. However, no interest shall be payable

on PBG. In the event of the bidder being unable to service the contract for whatever reason,

FPI shall revoke the PBG.

23. Payment Terms

The terms of payment for LED TVs & Set Top Box systems will be as follows:

a. 90% of the cost of LED TVs & Set Top Box systems shall be paid on

successful installation & commission of the TV & Set Top Boxes

b. Against Installation Certifications duly signed by FPI’s officials. 10% of the

price bid of the LED TVs & Set Top Box systems unit shall be paid on

completion of warranty period or against Bank Guarantee for the said amount

for performance covering warranty period.

c. No advance payment will be made.

24. Increase / Decrease in Quantity: FPI reserves the right of increase/decreasing the

quantity of the material of tender depending on actual requirements. The unit rate

quoted in tender shall be applicable to the quantity for which the order is placed.

25. Any conditional tender will not be entertained and is liable to be rejected.

26. Jurisdiction for legal disputes, if any, arising during the currency of the contract, will be

settled in Bangalore courts only.

27. FPI reserves the right to reject any or all the tenders without assigning any reason

whatsoever. FPI would not be under obligation to give any clarification to such rejected

tenders. FPI may decide not to procure any particular item even after opening the bids.

Page 18: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

18

ELIGIBILITY CRITERIA

(Pre- Qualification Cum Technical Bid Evaluation Criteria)

Appendix - 1

Tender to Supply, Install, Commission, Support 22’’ LED TV sets & Set Top Boxes in

FPI Hostel,

Criteria Documents To Be Submitted

Eligibility Criteria of Bidder:

1 Submission of Covering letter as required in

the given format

(Refer Appendix-2)

2 The bidder should be a Company /

Partnership Firm / Agency

Submit Certificate of Incorporation

under Companies Act / Partnership Act

and Commencement of Services –

(Refer Appendix–3)

3 The Bidder / OEM should be ISO certified Furnish ISO certificate

4 The bidder should have office in Karnataka.

In case bidder has no presence in Karnataka,

bidder shall furnish an undertaking

Furnish the address proof document,

(Appendix–3) OR furnish undertaking

that an office shall be opened in

Karnataka, with sufficient personnel

and inventory of spares within a month

of selection as Successful L1 Bidder

5 Bidder should hold valid Sales tax/ VAT

registration certificate, Valid Service tax

registration certificate and Permanent

Account Number (PAN) issued by income

tax department.

Copy of Valid Sales tax registration

certificate, Valid Service tax

registration certificate and Permanent

Account Number (PAN) issues by

income tax department should be

provided. (Refer Appendix-3)

6 The bidder / OEM (Original Equipment

Manufacturer) should have an annual Sales

turnover of at least Rs.5 crore, in the

business of selling TVs & Set Top Box in

India, each year in last 3 years i.e., 2012-13 ,

2013-14 and 2014-15

Certified copy from Charted Accountant

shall be provided as per the format

given in Appendix-4

7 The specifications of the product quoted

should comply with the detailed tender

specifications / requirements

Data Sheet with a compliance matrix

should be furnished – Appendix-5

8 The bidder should be a licensed

dealer/authorized partner of the LED TV &

Set Top Box (DTH) proposed as part of this

tender

MAF from TV- OEM proposed as part

of this tender should be submitted as per

the MAF format given in Appendix-6–

mandatory.

9 Product quoted should not be declared End

of Life for a period of 5 years from the date

of closure of this tender.

Certificate from the proposed OEM on

End of Life of the product

proposed.(Appendix-6) mandatory.

10 The bidder should have supplied, installed

LED TVs & Set Top Box devices worth

Rs.50 Lakh in India to Govt./ PSUs.

Copies of relevant Work Orders/

Purchase Order to be provided. (Refer

Appendix-7)

11 The bidder shall not be under declaration of

ineligibility for corrupt or fraudulent

practices or deficiencies of services or

blacklisted with any of the Government

A declaration signed by Authorized

signatory as per Appendix–8.

Page 19: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

19

agencies at the time of bidding

12 Submission of Declaration of Acceptance of

Terms & Conditions to RFP in the given

format

(Refer Appendix-10)

Eligibility Criteria of OEM:

13 OEM should have presence in India for

more than 5 years.

Furnish certificate of Incorporation

document of the OEM. (mandatory)

14 OEM should able to provide Technical

Assistance across 24x7.

Furnish declarations form the OEM

15 OEM should have service and support centre

in Bangalore.

Furnish declarations form the OEM

16 ISO 9001 and 14000 certificate of the OEM. Furnish ISO Certificate

Page 20: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

20

Covering Letter

(To be submitted in firm/ company letter head)

Appendix-2

Tender to Supply, Install, Commission, Support 22’’ LED TV sets & Set Top Boxes in

FPI Hostel,

To,

The Director

FISCAL POLICY INSTITUTE

Bangalore-Mysore Road,

Next to Panchamukhi Ganapathi Temple,

Kengeri Post, Bangalore-560 060.

Sir/Madam,

Subject: Procurement of LED TVs with DTH service for FPI Hostel.

Reference: Tender No: <TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY>

We, the undersigned Bidders, having read and examined in detail all the tender documents in

respect to supply, install, commission and maintain LED TVs with DTH service for FPI, do

hereby propose to provide our services as specified in Tender.

Technical Response

We confirm having submitted the information as required by you in your Request for

Proposal document. This is enclosed in Section – to Section – of our technical bid. In case

you require any other further information/documentary proof in this regard for evaluation of

our bid, we agree to furnish the same in time to your satisfaction.

EMD

We have paid an EMD of Rs.35,000/- (Rupees Thirty five Thousand only) through the portal

(http://eproc.karnataka.gov.in). This EMD is liable to be forfeited in accordance with relevant

provisions of the RFP

Deviations

We declare that all the services shall be performed strictly in accordance with the bid

documents and there are no deviations from the requirements mentioned in this RFP,

Performance Bank Guarantee

We hereby declare that in case the contract is awarded to us, we shall submit the contract

performance bank guarantee in the form prescribed in the RFP.

Page 21: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

21

Validity of this Bid

We agree to abide by this tender response for a period of 180 days after the date of opening of

Technical Bids and it shall remain binding upon us with full force and virtue, until within this

period a formal contract is prepared and executed, this tender response, together with your

written acceptance thereof in your notification of award, shall constitute a binding contract

between us and FPI.

We undertake, if our proposal is accepted, to adhere to the implementation plan for the

Proposed System at FPI put forward in RFP or such adjusted plan as may subsequently be

mutually agreed between us and FPI or its appointed representatives.

We hereby declare that our bid is made in good faith, without collusion or fraud and the

information contained in the bid is true and correct to the best of our knowledge and belief.

We understand that our bid is binding on us and that you are not bound to accept a Bid you

receive.

It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/

firm/ organization and empowered to sign this document as well as such other documents,

which may be required in this connection.

Thanking you,

Yours faithfully

(Signature of the Authorized signatory)

Name :

Designation :

Seal :

Date :

Place :

Business Address:

Page 22: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

22

Technical Bid

Business Details of the Bidder

Appendix– 3

Tender to Supply, Install, Commission, Support 22’’ LED TV sets & Set Top Boxes in

FPI Hostel,

Sl Details Description

a Name of the Bidder

b Business Constitution (of the Bidder) - Company – Pvt. Ltd., / Limited OR

- Partnership Firm OR

- Proprietary Agency

(Tick any one)

Submit incorporation certificate.

c Registered Office address

Telephone Number

Fax Number

e-mail

d Correspondence/ contact address

e Details of Contact person

(Name, designation, address etc.)

Telephone Number

Fax Number

e-mail

f Factory/Go-down Address

g Year of Establishment of Company / Firm /

Agency

H VAT registration, submit valid registration

certificate.

I Service Tax , Submit valid service tax

registration certificate copy.

J Type of the Bidder

(documentary proof to be submitted)

Original Equipment Manufacturer (OEM) /

Business Partner / Authorised Dealer (Tick

any one)

K Do you have a local representation / office

in Bangalore? If so, please give the address.

FINANCIAL INFORMATION:

Audited annual financial results certified by the Charted Accountant, balance sheet and profit &

loss statement of the bidder for the last three financial years. The bidder should have turnover of

at least Rs.5 Crore for last three financial years.

Financial Year Turnover Net-worth Profit/ Loss

2012-13

2013-14

2014-15

Page 23: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

23

The bidder should also furnish the following:-

a. The address of the OEM’s Country Office & Local office in Karnataka (along

with telephone/ mobile /fax /e-mail/web address).

b. The details of Service Network (Service station with Address, Officer-in-

charge, No. of service engineers, Area Covered etc.) available in Bangalore/

Karnataka.

Note: In case the Bidder has no local presence in Bangalore/Karnataka, bidder may

furbish an undertaking for establishing the same within 30 days from the

Awarding of Contract.

Tenderer Seal & Signature

Page 24: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

24

Turnover Details

Appendix-4

Tender to Supply, Install, Commission, Support 22’’ LED TV sets & Set Top Boxes in

FPI Hostel,

TO WHOMSOEVER IT MAY CONCERN

This is to certify that the annual turnover furnished by << COMPANY / PARTNERSHIP

FIRM / AGENCY NAME >> for last 3 years from the sale of TV setsand TV peripherals as

below. This is as per the Statement of Accounts which has been duly verified by me and

found correct.

Financial year Total Turnover

of the Company

(Rs. in Lakhs)

Total Turnover from sale of TV sets &

TV Peripherals (Rs. in Lakhs)

2012-13

2013-14

2014-15

Place:

Date:

Seal & Signature of

Chartered Accountant

Page 25: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

25

Technical Specifications: Compliance sheet

Appendix–5

Tender to Supply, Install, Commission, Support 22’’ LED TV sets & Set Top Boxes in

FPI Hostel,

Technical Specification Compliance

(Yes/No)

Supporting

Document

LED TVs: - 70 No.

Brand: ___________________

Model: ________________

LED Screen size: - 22 inches

TN system: - Digital/Analog

Screen system: - PAL / SECAM / NTSC

Aspect Ratio:-16.9

Display Technology: - Full HD

Video

Display resolution:- 1366X768 or better

Back light module:- LED (Edge)

Viewing angle:-170 degree (Right/Left), 170

degree (Up/Down)

Screen format:- TV, Auto wide/Full/Normal/Wide

zoom/Zoom/ Full1 /fuIl2/Normal

Picture mode:-Vivid, Standard, Custom, or better

Audio

Sound mode: - Standard, Dynamic, Custom Clear

Voice or better.

Sound enhancer: - It should have sound enhancer.

Speakers: 2 Built in speakers, Down Firing, Full

Range

Audio Output: 3w+3w or better

Sound Technology: Doulby / Stereo or better

Terminals/Ports:

Composite Video Input, HDMI x 1, USB x 1, RF in

(cable input) or better

Other Features

Clock

Sleep Timer & On / Off Timer

Power Saving Mode

It should run with 230 to 240 A.C:5OHz p/Supply

It should have remote facility as well.

Power cable, Adopter, HDMI cable, Audio cable,

Wall mount kit, Remote, Batteries, User Manual

etc.,

Page 26: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

26

Tenderer Seal & Signature

Technical Specification Compliance

(Yes/No)

Supporting

Document

DTH Service & Set Top Box - (70 No.) / suitable

quantity

Please Indicate:

DTH service Provider: ______________________

Package: Economy pack ………………………….

Cable: RJ 6 / RJ11 or suitable Cable with suitable

solid bare copper, electric skin foam, shield with dual

aluminum Mylar foil overlap rate, outside jacket with

weather resistance – with suitable diameters &

electrical

Amplifier Frequency Stabilizer : Inputs: with suitable video connectors and

unbalanced stereo audio on RAC connectors

Outputs: with suitable video connectors and

unbalanced stereo audio on RAC connectors

Others: With suitable Bandwidth, controls, Switcher,

switching systems, Amplifier with dual output,

Amplifier Trunk line extender, Passive splitters, TV

connectors, connectors etc and to be supplied with

suitable rack adaptor (if any)etc.

Electricals: The bidder shall provide necessary

electrical points with switches & sockets at location of

TV installations and other components

Set Top Box and Dish Antenna

HD Channel supported Set-up Boxes

Economy pack subscription with HD

Channels

Base Pack for channels for 12 months

Roof Top Dish Antenna with all accessories

etc.,

Page 27: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

27

Manufacturer Authorization Form (MAF) Format

Appendix-6

Tender to Supply, Install, Commission, Support 22’’ LED TV sets & Set Top Boxes in

FPI Hostel,

MAF –LED – TVs.

Date:

To

Director FPI

FISCAL POLICY INSTITUTE

Bangalore-Mysore Road,

Next to PanchamukhiGanapathi Temple,

Kengeri Post, Bangalore-560 060.

Subject: LED TV Manufacturer Authorization for Tender No

__________________________.

Madam/Sir,

We <OEM> solely authorized<bidder’s (authorized dealer) name> to quote our product

for above mentioned tender.

Our full support is extended in all respects for supply, warranty and maintenance of our

product proposed for this tender. We also ensure to provide the service and support for the

supplied LED TVs for a period of 5 years from date of supply of LED TVs as per tender

terms& conditions. In case of any difficulties in logging complaint at bidder end, user will

have option to log complaint at our support center.

We assure that our product quoted under this tender will not be declared End of Life for a

period of 5 years from the date of closure of this tender.

We also undertake that in case of default in execution of this tender by the < Bidder >, the

< OEM > will take all necessary steps for successful execution of this project as per tender

requirements.

Thanking You

For < OEM>

<(Authorized Signatory)>

Name:

Designation:

Seal of the Company

Page 28: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

28

Bidder’s Experience

Appendix-7

Tender to Supply, Install, Commission, Support 22’’ LED TV sets & Set Top Boxes in

FPI Hostel,

Sl.

No. Criteria Project

1. Customer’s Name

2. Scope of the Project Provide scope of the project, highlight

Key Result Areas expected and

achieved

3. Value of Project for Bidder

4. Date of Contract and Contract period

5. Completion certificate Yes/No

6. Customer Contact Person’s detail

6.1 Name

6.2 Designation

6.3 Email

6.4 Phone

6.5 Fax

6.6 Mailing address

Tenderer Seal & Signature

Page 29: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

29

Undertaking on being not blacklisted

Appendix–8

Tender to Supply, Install, Commission, Support 22’’ LED TV sets & Set Top Boxes in

FPI Hostel,

This is to certify that << COMPANY / PARTNERSHIP FIRM / AGENCY NAME >> is not

blacklisted by Government of Karnataka or any of its agencies for any reasons, whatsoever

and not blacklisted by Central / any other State / UT / Government, or its agencies for

indulging in corrupt, or fraudulent practices or deficiencies of services or for indulging in

unfair trade practices as on 30th November, 2015.

Company Secretary / Authorized Signatory

Date

Place Tenderer Seal & Signature

Page 30: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

30

Financial Bid

Appendix–9

(Tender to Supply, Install, Commission, Support 22’’ LED TV sets & Set Top Boxes in

FPI Hostel)

Sl.

No

.

Item Description

Unit

Qty.

Unit Price

(Inclusive

all taxes)-

Rs.

Total Price

for one year

(Inclusive all

taxes)—Rs.

1 22” screen size LED TV s

Brand: ___________________ Model:

________________

(quote for single Brand & Model only )

Mention Warranty Period : ________ Years

No. 70

2 RJ6 or suitable cable with lying Mtr. LS

3 RJ 11 or suitable cable with lying Mtr. LS

4 Amplifier frequency stabilizer Nos. LS

5 Switcher – A (if any) Nos. LS

6 Amplifier with dual output Nos. LS

7 Amplifier Trunk Line Extender Nos. LS

8 Passive splitters Nos. LS

9 TV Connectors Nos. LS

10 F Connectors Nos. LS

11 Installation at control room and Hostel Rooms Nos. 01

12 Electrical cable for all LED TVs and

centralized equipments with Switches and

Sockets at 70 rooms

LS LS

13 Set Top Box and Dish Antennawith one year

channels rent DTH service Provider:_________________

Package: Economy pack _________________

(Mention the DTH - Brand & other details: )

Nos. 01

14 Suitable Racks (if any) Nos.

15 Manpower for maintenance (if any),

( bidder to assess)

Nos.

Total Amount for One Year (Rs.)

Optional – AMC price for one year (This will not be considering for L1 price)

Sr.

no.

Description AMC Amount per year

(Rs.) inclusive all Taxes

1 AMC price after warranty period of one year

Contd….

Page 31: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

31

contd…. Appendix – 9,

The Bidder should refer Appendix –5.

The bidder shall submit financial bid for a single Make & Model only

The price quoted should be indicated on FOB – destination basis, and includes

installation, commission etc., as stated in Scope of work.

Price should be open for 3 months from the date of opening Financial Bid.

Consignee: The Director, Fiscal Policy Institute, Kengeri, Bangalore – 560 060.

We undertake, if our Bid is accepted, we will deliver services mentioned in the tender

document.

Place:

Date: Tenderer Seal & Signature

Page 32: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

32

Format for Declaration of Acceptance of Terms and Conditions in RFP

Appendix–10

(Tender to Supply, Install, Commission, Support 22’’ LED TV sets & Set Top Boxes in

FPI Hostel, )

To,

Director FPI

FISCAL POLICY INSTITUTE

Bangalore-Mysore Road,

Next to PanchamukhiGanapathi Temple,

Kengeri Post, Bangalore-560 060.

Sir/Madam,

Subject: Procurement of LED – TVs & Set Top Boxes for FPI

Reference: Tender No: <TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY>

Sir/Madam,

I have carefully gone through the Terms & Conditions contained in the RFP document [No.

…………………………………..] regarding Procurement of LED-TVs & Set Top Boxes for

FPI.

I declare that all the provisions of this RFP / Tender Document are acceptable to my

company/agency. I further certify that I am an authorized signatory of my company/agency

and I am, therefore, competent to make this declaration.

Yours faithfully,

(Signature of the Tenderer)

Printed Name

Designation

Seal

Date:

Business Address:

Page 33: Tender Schedule · public financial planning, public project implementation, public expenditure, ... No.FPI/Re-Tndr/Proc/LED-TV-DTH/310-2/8/2015-16 Date: 06-02-2016 FPI invites

FPI- RFP-TV proc

33

Appendix–11

Installation Certificate

(Tender to Supply, Install, Commission, Support 22’’ LED TV sets & Set Top Boxes in

FPI Hostel, )

1.

Agency/ Vendor Name

2.

Project Name Tender to Supply, Install, Commission, Support

22’’ LED TV sets & Set Top Boxes in FPI

Hostel

3.

Purchase Order No. &

date

4.

Equipment Name &

Description

5.

Equipment Serial No. 1)

2)

3)

4)

5)

6.

Date of delivery

7.

Date of intimation of call

for installation /

8.

Installation Date

9.

Certificate Equipment (as per ordered configuration) has

been installed successfully

Name of User / FPI Official site-in-charge:

Designation :

Signature:

(with official seal)

Date: