mp power management company limited

35
NOTICE INVITING TENDER No.07-11/IPC/MPPMCL/2015/NIT-01 IT/696 Date: 29.05.2015 The MP Power Management Company Limited. (MPPMCL) invites sealed responses from authorized distributor/ registered firm for Selection of Successful Bidder(s) for supply and commissioning of 55” (2x2) matrix video wall screen with controller, supporting PCs and other accessories along with AMC of two years at Bhopal and Jabalpur (One each). Scope of Work Submission Date Cost of Bid Document Earnest Money Deposit Supply and commissioning of 55” (2x2) matrix video wall screen with controller, supporting PCs and other accessories along with AMC for 2 years at Bhopal and Jabalpur (One each) 16.06.2015 Time : 12.00 Hrs will be opened at 15.00 Hrs on same day Non-refundable 2,000/- + VAT as applicable (i.e. 5% present rate) ₹ 1,00,000/- (₹ One Lakh only) in the form of Demand Draft towards cost of Bid document. Taxes, if any have to be borne by the bidder. BID SPECIFICATION NO: - 07-11/IPC/MPPMCL/2015/NIT/01-IT/696 dtd.29.05.2015 Competitive bidding is open to all eligible Bidders. To obtain further information regarding bidding document, the Bidders may contact: - Chief General Manager (IPC) MP Power Management Company Limited, Block No 11, 1st Floor, Shakti Bhawan, Rampur, Jabalpur, Madhya Pradesh (M.P.) India - Pin 482008 Phone No. : +91-0761- 2702402, 2702639 Fax No. : +91-0761-2667511 Email: [email protected] Website: www.mppmcl.com The Bidding document is available at www.mppmcl.com Detailed Bid Document can be downloaded from said website and non-refundable bid document fee of 2,000/- + VAT as applicable (i.e. 5% present rate) should be paid in the form of Demand Draft/ Banker’s Cheque/ Pay Order drawn in favor of “RAO(CAU),MP Power Management Co. Ltd.” Payable at “Jabalpur. The bidders should also submit a Earnest Money Deposit of 1,00,000/- (Rupees One lakh only) in the form of Demand Draft/ Pay Order/ Banker’s Cheque drawn in favour of “RAO(CAU), MP Power Management Co. Ltd.Payable at “Jabalpur”. This fee shall be submitted along with bid. Taxes, if any, shall be borne by the Bidder. The Pre Bid meeting will held on 10.06.2015 at 11.30 Hrs, the eligible bidders can attend or send their queries on or before 15.00 Hrs. on 05.06.2015. Bidders must submit their bids: (i) to the address above at or before 12:00 Hrs on 16.06.2015 together with the Tender purchase cost and Earnest Money Deposit. Bids reached late due to postal/ courier delay or any other reason will not be accepted. MPPMCL will not be responsible for any cost incurred by Bidders in connection with the preparation or delivery of Bids. The Technical proposal will be opened at 15:00 Hrs on the same day of the deadlines in the presence of Bidders’ representatives who chose to attend at the address above. In the event the above date is declared holiday / or local holiday then the tender opening date will automatically get shifted to the next working day. The Company reserves the right to accept or reject any or all bid for part or full without assigning any reason thereof. //Save Electricity // Chief General Manager(IPC) MPPMCL : Jabalpur MP POWER MANAGEMENT COMPANY LIMITED (A GOVT. OF M.P. UNDERTAKING) Shakti Bhawan, Block No.11 (1 st Floor), Rampur, Jabalpur Tele/fax–(0761) 2667511, Tel- 2702402, e-mail: [email protected]

Upload: others

Post on 07-Feb-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

NOTICE INVITING TENDER

No.07-11/IPC/MPPMCL/2015/NIT-01 IT/696 Date: 29.05.2015

The MP Power Management Company Limited. (MPPMCL) invites sealed responses from authorized distributor/

registered firm for Selection of Successful Bidder(s) for supply and commissioning of 55” (2x2) matrix video wall

screen with controller, supporting PCs and other accessories along with AMC of two years at Bhopal and Jabalpur

(One each).

Scope of Work Submission Date Cost of Bid

Document

Earnest Money Deposit

Supply and commissioning of 55” (2x2) matrix

video wall screen with controller, supporting PCs

and other accessories along with AMC for 2 years

at Bhopal and Jabalpur (One each)

16.06.2015

Time : 12.00 Hrs will

be opened at 15.00

Hrs on same day

Non-refundable

₹2,000/- + VAT

as applicable (i.e.

5% present rate)

₹ 1,00,000/- (₹ One Lakh

only) in the form of

Demand Draft towards

cost of Bid document.

Taxes, if any have to be borne by the bidder.

BID SPECIFICATION NO: - 07-11/IPC/MPPMCL/2015/NIT/01-IT/696 dtd.29.05.2015

Competitive bidding is open to all eligible Bidders.

To obtain further information regarding bidding document, the Bidders may contact: -

Chief General Manager (IPC)

MP Power Management Company Limited,

Block No 11, 1st Floor, Shakti Bhawan, Rampur,

Jabalpur, Madhya Pradesh (M.P.)

India - Pin 482008

Phone No. : +91-0761- 2702402, 2702639

Fax No. : +91-0761-2667511

Email: [email protected]

Website: www.mppmcl.com

The Bidding document is available at www.mppmcl.com

Detailed Bid Document can be downloaded from said website and non-refundable bid document fee of ₹2,000/- +

VAT as applicable (i.e. 5% present rate) should be paid in the form of Demand Draft/ Banker’s Cheque/ Pay Order

drawn in favor of “RAO(CAU),MP Power Management Co. Ltd.” Payable at “Jabalpur”.

The bidders should also submit a Earnest Money Deposit of ₹ 1,00,000/- (Rupees One lakh only) in the form of

Demand Draft/ Pay Order/ Banker’s Cheque drawn in favour of “RAO(CAU), MP Power Management Co. Ltd.”

Payable at “Jabalpur”. This fee shall be submitted along with bid. Taxes, if any, shall be borne by the Bidder.

The Pre Bid meeting will held on 10.06.2015 at 11.30 Hrs, the eligible bidders can attend or send their queries on

or before 15.00 Hrs. on 05.06.2015.

Bidders must submit their bids: (i) to the address above at or before 12:00 Hrs on 16.06.2015 together with the

Tender purchase cost and Earnest Money Deposit. Bids reached late due to postal/ courier delay or any other reason

will not be accepted.

MPPMCL will not be responsible for any cost incurred by Bidders in connection with the preparation or delivery of

Bids.

The Technical proposal will be opened at 15:00 Hrs on the same day of the deadlines in the presence of Bidders’

representatives who chose to attend at the address above.

In the event the above date is declared holiday / or local holiday then the tender opening date will automatically get

shifted to the next working day.

The Company reserves the right to accept or reject any or all bid for part or full without assigning any reason

thereof.

//Save Electricity // Chief General Manager(IPC)

MPPMCL : Jabalpur

MP POWER MANAGEMENT COMPANY LIMITED (A GOVT. OF M.P. UNDERTAKING)

Shakti Bhawan, Block No.11 (1st Floor), Rampur, Jabalpur

Tele/fax–(0761) 2667511, Tel- 2702402, e-mail: [email protected]

2 | P a g e

MADHYA PRADESH POWER MANAGEMENT COMPANY LIMITED (Govt of M.P. Undertaking)

CGM (IPC), Block No.11, 1st floor, Shakti Bhawan,

Rampur, Jabalpur (M.P.) 482008

Bidding document for -

“Supply and Commissioning of 55” (2x2) Matrix Video

Wall Screen with Controller, Supporting PCs and other

accessories alongwith AMC for 2 years after completion of 3

years warranty period i.e. 3+2 years

at Bhopal and Jabalpur”.

Mode of bidding: Open Tender on Single Stage Three Envelope basis.

TENDER SPECIFICATION NO: 07-11/IPC/MPPMCL/NIT-01-IT/2015/696

dtd.29.5.2015

Issued by MPPMCL:

Rakesh Dayal Saxena

Chief General Manager (IPC)

1st Floor, Block No.11, Shakti Bhawan,

MP Power Management Co. Ltd.

Rampur, Jabalpur PIN: 482008

Telephone: 0761-270-2402, 0761-270-2639

Fax: 0761-2667511

E-mail: [email protected]

Website: www.mppmcl.com

3 | P a g e

DETAILED NOTICE INVITING TENDER

MADHYA PRADESH POWER MANAGEMENT COMPANY

LIMITED

(Government of MP Undertaking)

CGM (IPC), Block No.11, 1st floor, Shakti Bhawan,

Rampur, Jabalpur (M.P.) 482008

TENDER – NOTICE

Tenders in prescribed tender form for engagement of an Agency for execution of following

works are invited from prospective bidders by the dates indicated below. The sealed Bids will be

received till date & time as indicated in the key date table below. The Tenders will be opened as

per the scheduled dates. If desired, the authorized signatory of the bidder or his duly authorized

representative may remain present at the time of opening of tender.

Tender spec.

No

Particulars Tender

purchase cost

(In ₹)

Last date of

purchase of

tender

Date of bid

submission

and opening

of tender

07-11/IPC/

MPPMCL/ NIT-

01-IT/ 2015/696

dtd.29.5.2015

Supply and Commissioning

of 55” Video Wall Screen

(2x2) Matrix with

Controller, Supporting PCs

and other accessories” along

with AMC for 2 years after

completion of 3 years

warranty period i.e. 3+2

years at Bhopal and

Jabalpur

2,000 + Vat

as applicable

i.e. 5%

(present rate)

15.06.2015

till 15.00 Hrs

Submission

date

16.06.2015 at

12.00 Hrs and

opening date

16.06.2015 at

15.00 Hrs

1. The complete tender would be available at www.mppmcl.com website as well can be

downloaded/ purchased from MPPMCL office at the address as mentioned above from

30.05.2015 onwards.

2. Tender documents downloaded from the website will have to be furnished along with a

Demand Draft (D.D.) against the tender purchase cost.

3. The Bid Data should be filled in and the Bid Seals (Hashes) of all the envelopes and the

documents should be submitted as per time schedule (Key Dates).

4. The Bidders shall have to submit their Bids and the relevant documents forms as per time

schedule (Key dates). Original Earnest Money Deposit Instrument of amount ₹ 1,00,000/-

4 | P a g e

should reach the office of the undersigned by 16.06.2015 by 12:00 hours along with bid

document.

The EMD of ₹ 1,00,000/- in the form of a D.D. in favour of "RAO (CAU) MPPMCL"

payable at Jabalpur, along with HARD BOUND COPY of tender & supporting

documents duly filled up along with sealed Price bid, shall be dropped in the tender box

of Corporate Office, MPPMCL, Jabalpur on or before date 16.06.2015 till 12:00 PM.

5. Bids not accompanied with the D.D. of tender purchase cost or receipt of tender

purchase, and acceptable Earnest Money Deposit (E.M.D.) as specified in bidding

documents, in a separate cover or bids accompanied with tender purchase cost, EMD of

inadequate value shall be rejected by the procurer and in such cases bids shall be returned

to the bidders unopened.

6. The corrigendum or addendum to the bidding documents if any will be published on the

Company’s website www.mppmcl.com. Hence participant bidders are advised to

regularly visit the website for any amendment to the bidding documents until the last date

of bid submission. This office shall not in any way be responsible for any ignorance of

the bidders about the corrigendum or addendum.

7. Other details can be seen in the tender documents.

8. Key Dates : Single Submission Multi Opening with Prequalification

S.N. Particulars Start Date & Time

1 Tender Preparation and release of NIT 29.05.2015 at 15 hrs

2 Pre-bid 10.06.2015 at 11.30 hrs

3 Bidding submission 16.06.2015 at 12 hrs

4 Open EMD & Technical / PQ bid 16.06.2015 at 15 hrs

5 Open Financial/ Price – Bid To be communicated to

qualifying bidders

Note :- In case if any of above date(s) is declared a holiday/local holiday then the date will get

shifted to the next working day.

a) The Company reserves the right to reject any or all the tenders or accept any tender

in full or part as considered advantageous to the Company, whether it is lowest or

not, without assigning any reason whatsoever it may be.

CHIEF GENERAL MANAGER (IPC)

MPPMCL

5 | P a g e

INTRODUCTION

1. About MPPMCL Madhya Pradesh Power Management Company Limited (MPPMCL) is the holding

company for the three electricity distribution companies in the state of MP viz Madhya

Pradesh Madhya Kshetra Vidyut Vitran Company Limited (MPMKVVCL) at Bhopal,

Madhya Pradesh Poorva Kshetra Vidyut Vitran Company Limited (MPPKVVCL) at

Jabalpur and Madhya Pradesh Paschim Kshetra Vidyut Vitran Company Limited

(MPPKVVCL) at Indore.

1.1 The Company is incorporated under the Companies Act, 1956 and has its registered

office at Shakti Bhawan, Rampur, Jabalpur (M.P.) 482008 and regional office at E-4,

Arera Colony, Opposite Bhojpur Club, Bhopal- 462023. The Company has been vested

with the function of power procurement for the three distribution companies.

1.2 Website of the Utility: www.mppmcl.com

1.3 Address for Submission of Bids

Name: Rakesh Dayal Saxena

Designation: Chief General Manager (IPC)

Address: 1st Floor, Block No.11, Shakti Bhawan,

MP Power Management Co. Ltd.,

Rampur, Jabalpur PIN : 482008

1.4 Contact for Query

Telephone: 0761-270-2402, 0761-270-2639

Fax: 0761-2667511 E-mail: [email protected]

Website: www.mppmcl.com

2. Bid requirement

MPPMCL intends to invite bid for supply, installation, commissioning and maintenance

of 2 x 2 Video Wall (55” LED Display one each) at Bhopal and Jabalpur office.

The Agency shall be fully capable and experienced in the work of providing such

solutions. The Agency must have trained and certified manpower including technicians

capable of carrying out this job. The Successful bidder is required to deploy trained &

experienced manpower for this project.

The Successful bidder will have to supply, install, commission, provide training to

MPPMCL officials and maintain the same during warranty period, as per terms and

conditions of the contract as per specifications in this RfP.

6 | P a g e

Bids are hereby invited from the Bidders having capability and resources in supplying

such solution /services.

Bidder is requested to offer the cost for all the items, accessories and services as

mentioned in bid document.

Once quoted in the submitted bid, the bidder shall not make any price change, whether

resulting or arising out of any technical change in specification or cost variation of the

item to be supplied, even if any deviation or exclusion may be specifically stated in the

bid. Such price changes shall render the bid liable for rejection.

Bidder quoted prices of the offered solution shall be valid for 180 days from the date of

Financial bid opening.

7 | P a g e

SECTION I

Eligibility Criteria for the bidder:

1. The bidder should have a sum total of turnover of ₹5 Crore (Minimum) in the last three

financial years and the turnover of the last year should be at least ₹2 crores. The copies

of Audited Annual Accounts/Balance Sheet along with Profit & Loss Account and CA

Certified Statement for last three financial years shall be attached along with the bid.

(Form no. E‐1)

2. The bidder must have one office in Madhya Pradesh, India. Please attach the copies of any

two of the following: Property Tax Bill of last year / Electricity Bills of last one year /

Telephone Bills of last one year / VAT Registration / CST Registration / Valid Lease

Agreement in the name of the bidder. (Form no. E‐2)

3. The bidder must have experience of supply and installation of at least 5 numbers of Video

Walls in last three years in India out of which at least 2 Video Wall should be in operational

condition. The references of such installations should be clearly mentioned and documentary

proof like copy of Purchase Orders, Customer Reference, Completion Certificate, shall be

submitted. (Form no. E‐3)

4. The bidder should be authorized by its OEM for the items mentioned in Form no. E4 to

participate in this bid. Please attach the copy of Authorization on OEM letter head and

signed by authorized signatory for the item(s) to be offered in this bid.

5. The bidder is required to provide back to back support from the OEM. An undertaking by

authorized signatory of the company needs to be submitted in this regard.

Sale of document

The Tender Document shall be available from the date of advertisement and may be

downloaded from the website of MPPMCL or purchased from Section Officer (IPC),

1st Floor, Block No.11, Shakti Bhawan, Rampur, Jabalpur on payment of ₹ 2000/- +

5% VAT (present rate) (non-refundable) by cash or Demand Draft/ Banker Cheque of

Nationalised Bank in favour of "RAO(CAU), MPPMCL" payable at Jabalpur.

Submission of Bid:

Bids shall be submitted in the manner as under:

The bids are required to be submitted in Single stage in Three Envelopes as detailed below:

8 | P a g e

“Envelope-1 : EMD and Tender purchase cost

The Demand Drafts against EMD and Tender purchase cost/ receipt of tender purchase shall

be kept in a separate cover inside main envelope with superscription “EMD and Tender

Purchase Cost for …..[Description of services] ……. bearing ….[Tender Notice No]…..

Name of bidder: …………………………..

Due for bid opening ------------[insert the date of bid opening]”

“Envelope-2 : Non-Financial bid

Bid for …… [Description of services] ……bearing ….[Tender Notice No]…..

Name of bidder : …………………………..

Due for opening on :………[date & time]…………..”

“Envelope-3 : Price bid

Bid for ……[Description of services]……bearing ….[Tender Notice No]…..

Name of bidder : …………………………..

Due for opening on :………[date & time]…………..”

Envelope-1, Envelope-2 and Envelope-3 (The envelope No. should be mentioned on the

Envelope clearly) should be packed in a single closed cover envelope, with the following

superscript:

“Bid for ……[Description of services]……bearing ….[Tender Notice No]…..

Name of bidder: …………………………..

Due for Opening on:………[date & time]…………..

………………[Insert Name, Designation and Address of the authorised representative of the

Purchaser]…………………………………...”

Note : All the above 3 envelope be kept in one sealed envelope indicating Specification No.

and Details of bidder.

9 | P a g e

SECTION II

General Terms & Conditions:

1. The bid is non‐transferable.

2. The Bidder shall quote only one option (i.e. only one set of product can be

quoted) against each item. Bidders are required to mention make & model of the

product. (Do not write “OEM” against items as bidders are expected to give make & model

of the product).

3. The successful bidder will have to supply, commission, provide operational level training

and provide maintenance of 2 x 2 Video Wall (55” LED Display) at MPPMCL offices at

Bhopal and Jabalpur:

Unit-1 at:

Regional Office, MPPMCL, E-4,

Arera Colony, Opposite Bhojpur Club, Bhopal (MP),

INDIA

And

Unit-2 at:

Power Management Cell of MPPMCL,

Shakti Bhawan, Rampur,

Jabalpur (MP),

INDIA

4. If in any case the quoted item is not available in the market, the bidder will have to

supply Higher Version/replacement of that item at the same quoted cost in the same time

duration with prior approval of MPPMCL. No “End of Life” product should be quoted to

minimize such instances.

5. The Bidder shall bear all the costs associated with the preparation and submission of its

bid, and MPPMCL in no case will be responsible or liable for these costs, regardless of

conduct or outcome of bidding process.

6. Technical specifications indicated are minimum specification. Bidder may quote for better

solution. The bidder should provide following with the technical bid:

Make & Model Number

Name of Manufacturer

Technical Literature

Manufacturer’s Data Sheet.

Compliance statement from the OEM of the product

8. The bidder has to submit the compliance letter for the Scope of Work on its letter

head duly signed by the authorized signature & other supporting documents as

10 | P a g e

asked for in the bid. Failing to submit the same or non‐compliance/deviation from any

bid terms and conditions, eligibility criteria or technical specifications may result in

rejection of the bid.

9. The Bidder has to examine all instructions, forms, terms, conditions and specifications in

the bidding documents. Failure to furnish all information required by the bidding

documents or submission of a bid not substantially responsive to the biding documents in

every respect will be at the Bidder’s risk and may result in rejection of its bid.

10. In case the bidder seeks any clarifications, it must be submitted in writing to

MPPMCL at least 3 days before the pre‐bid meeting date 10.06.2015. Thereafter the

clarifications received from the bidders will not be entertained.

11. It is expected that bidder has visited the installation place at Bhopal and Jabalpur

before submission of the bid and understood the system & requirement of

MPPMCL.

12. Amendment of Bidding Documents (Corrigendum)

12.1 At any time prior to the deadline for submission of bids, MPPMCL may, for any

reason, whether its own initiative or in response to the clarification request by a

prospective bidder, modify the bidding documents.

12.2 The corrigendum will be published on the website: www.mppmcl.com.

12.3. In order to allow prospective bidders reasonable time to take into consideration the

amendments while preparing their bids MPPMCL, at its discretion, may extend the

deadline for the submission of bids.

13. Bid Currency Prices shall be quoted in Indian Rupees only. Payment for the supply of

equipments as specified in the agreement shall be made in Indian Rupees only.

14. The bidder will have to submit non-refundable Tender Purchase Cost (in case tender

is downloaded online) Fees of ₹ 2,000/‐ + 5% VAT (present rate) & Earnest Money

Deposit (E.M.D.) of ₹ 1,00,000/‐ (Rupees One Lac) (Refundable) along with

proposal submitted at MPPMCL office. Tender purchase cost and E.M.D. separately

must be in the form of Demand Drafts in favour of “RAO (CAU) MPPMCL”

payable at Jabalpur along with the covering letter. Please affix the stamp/ seal of your

company on the overleaf of demand draft.

15. In case of non‐receipt of Tender purchase cost & EMD enclosed with the submitted bid,

the bid will be rejected by MPPMCL as non-responsive.

16. Unsuccessful / Disqualified bidder's E.M.D. will be returned as promptly as possible

after the expiration of the period of bid validity OR upon the Successful Bidder

signing the Contract and furnishing the Performance Bank Guarantee as prescribed by

MPPMCL, whichever is earlier.

17. In exceptional circumstances, MPPMCL may solicit the Bidder’s consent to an

extension of the period of validity of the bid. The request and the responses thereto

shall be made in writing. The Bidder may refuse the request without forfeiting its

E.M.D. Bidder granting the request for extension of validity will not be permitted to

11 | P a g e

modify its bid.

18. The Successful Bidder has to submit Performance Bank Guarantee @ 10% of total

order value within 15 days from the date of issue of Purchase order, for the duration

of 63 months from any Nationalized Bank including the Public Sector Bank or

Private Sector Banks authorized by RBI. (The draft of Performance Bank Guarantee

is attached herewith).

19. The Successful Bidder will have to sign the contract upon receiving the confirmed

purchase order with the MPPMCL within 15 working days from the date of receipt of

confirmed purchase order. (The draft is attached herewith).

20. The Successful Bidder's E.M.D. will be returned subsequent to the Bidder signing the

Contract and furnishing the Performance Bank Guarantee and offer of inspection of

the ordered material.

21. The E.M.D. may be forfeited at the discretion of MPPMCL, on account of one or more

of the following reasons:

(a) If a Bidder withdraws its bid during the period of bid validity.

(b) If Bidder does not respond to requests for clarification of their Bid

(c) If Bidder fails to co‐operate in the Bid evaluation process, and

(d) In case of a successful Bidder, if the Bidder fails:

(i) To sign the Contract as mentioned above, or

(ii) To furnish Performance Bank Guarantee as mentioned above or

(iii) If the bidder is found to be involved in fraudulent practices.

22. Termination for Default:

22.1. MPPMCL may, without prejudice to any other remedy for breach of contract, send a written notice of default to the Bidder. Bidder will be given notice/cure period of 30 days, after that MPPMCL will terminate the Contract in whole or part after:

a) If the bidder fails to deliver any or all of the Goods as per the delivery schedule mentioned in the bid, or within any extension thereof granted by MPPMCL, or

b) If the Bidder fails to perform any other obligation(s) under the Contract/Purchase order, or

c) If the Bidder, in the judgment of MPPMCL has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

For the purpose of this clause:

“Corrupt practice” means the offering, giving, receiving or soliciting anything of value

to influence the action of a public official in the procurement process or in contract

execution.

12 | P a g e

“Fraudulent practice” means misrepresentation of facts in order to influence a

procurement process or the execution of a contract to the detriment of MPPMCL, and

includes collusive practice among Bidders (prior to or after bid submission) designed to

establish bid prices at artificial non‐competitive levels and to deprive MPPMCL of the

benefits of free and open competition;

22.2. In the event MPPMCL terminates the Contract in whole or in part, pursuant to

Clause 22.1 above, MPPMCL may procure, upon such terms and in such manner, as it

deems appropriate, Goods or Services similar to those undelivered, and the Bidder

shall be liable to MPPMCL for any excess costs for such similar Goods or Services.

However, the Bidder shall continue the performance of the contract to the extent not

terminated.

23. Price shall be inclusive of all freight, forwarding, transit insurance, installation,

warranty and maintenance charges.

24. Prices shall be inclusive of Excise Duties. The prices shall strictly be submitted in

the given format. Quoted prices shall be inclusive of all taxes except CST / VAT /

Service Tax. The tax components like CST / VAT / Service Tax as applicable shall

be mentioned separately in the respective columns.

25. Late Bids: The bidder will not be allowed to submit the bid after final submission

date and time.

26. Modification and Withdrawal of Bids

26.1. The Bidder may modify or withdraw its submitted bid before the due

date of bid submission.

26.2. No bid will be allowed to be modified subsequent to the final submission of bids.

26.3. No bid will be allowed to be withdrawn in the interval between the deadline for

submission of bids and the expiry of the bid validity. Withdrawal of a bid during this

interval will result in the forfeiture of bidder’s E.M.D.

27. Bids will be opened in the presence of Bidder’s representatives, who choose to attend.

The Bidder’s representatives who are present shall sign a register/attendance sheet

evidencing their attendance. In the absence of the bidder(s) representative, the Tender

Committee may choose to open the bids as per the prescribed schedule.

28. The Bidder’s names, Bid modifications or withdrawals, discounts and the presence or

absence of relevant tender purchase cost, E.M.D. and such other details as MPPMCL

officer(s) at their discretion, may consider appropriate, will be announced at the

opening.

29. Evaluation of the Bids: After the opening of bids, MPPMCL committee will verify

the submission of Tender purchase cost & EMD as per bid terms and conditions. The

technical bids of the bidders who have submitted the requisite tender purchase cost/ receipt

and EMD will be opened and evaluated next. MPPMCL will seek clarifications if required

on eligibility & technical section. The financial bid of the technically qualified bidders

will be opened and financially lowest (L1) bidder will be decided from the sum total of

prices for all line items without tax with 5 year warranty (3+2 years warranty) and then

13 | P a g e

called for further negotiations if required. The date of opening of financial bid shall be

conveyed to technically qualified bidders.

30. The bidder will have to offer the items for inspection in the manner as decided by

MPPMCL before delivering to the respective site or at customer sites. The cost of the

same has to be borne by the supplier. Any deviation found in the specification of the

goods from the bid specification will lead to the cancellation of the order, forfeiture of

EMD/PBG and prohibition of participation in future purchase by MPPMCL. MPPMCL

will not be responsible for any time delay which may arise due to any deviation from the

bid technical specification found at the time of inspection or installation. The bidder

has to deliver and install the ordered goods within prescribed time limit. At the time of

inspection, bidder is required to produce OEM’s confirmation on OEM’s letter head

with serial nos. of goods supplied for back to back warranty support as per tender

terms & conditions.

31. MPPMCL has right to inspect, test and where necessary, reject the goods after their arrival at

MPPMCL site shall in no way be limited or waived by reason of the goods having

previously been inspected, tested and passed by MPPMCL or its representative prior to the

goods shipment.

32. Delivery & installation: Within 30 days from the date of confirmed purchase order.

33. If any of the participant bidder who has been the successful bidder in any preceding

tender(s) for the purchase of computer hardware & LAN equipments as floated by

MPPMCL has failed to deliver the orders within the prescribed time limit, then such

bidder will deem to be ineligible to participate in this tender and his bids shall be out-

rightly rejected. The period of such deemed ineligibility will be for a six months from the

date of expiry for delivery and installation for such preceding tender(s) in view of his poor

performance.

34. Bid validity will be of 180 days from the date of Price bid opening. A bid valid for

shorter period shall be rejected as non-responsive. If required, MPPMCL may request

the bidders to extend the bid validity for further period from the date of expiry of

bid validity.

35. Bidders are required to quote all items including optional add-ons as well. Incomplete

bids will be treated as non-responsive and will be rejected.

36. Warranty

36.1 Warranty: Comprehensive all inclusive onsite warranty required for 3 + 2 Years

from the date of installation of procured equipments. Please clearly mention the

parts which are not covered under warranty separately.

36.2. If any equipment gives continuous trouble (more than three times in a month or six

times in a year during the warranty period), the bidder shall replace the same with

new equipments of similar or higher specification product without any additional

cost to MPPMCL.

36.3. If any manufacturing or other technical defects are found within the warranty

period, the same will have to be rectified or else the equipment will have to be

14 | P a g e

replaced by the bidder with similar or higher specification product without any

additional cost to MPPMCL.

36.4. Maintenance service

36.4.1. Free maintenance services shall be provided by the Bidder during the period of

warranty.

36.4.2. The maximum response time for maintenance complaint from any of the

destinations specified in the Schedule of Requirements/ Purchase order(s) (i.e. time

required for bidders maintenance engineer to report at the installation after a request

call/email is made or letter is written) shall not exceed 24 hrs.

36.5. The Bidder/ System Integrator will be required to co-ordinate with software

vendor and/ or do liasioning with other service provider to achieve the end-to-

end connectivity

37. Penalty Clause

37.1 If the bidder fails to deliver and install the requisite hardware and software within

30 days from the issue of the confirmed purchase order, then a sum equivalent to

one percent (1 %) of the total contract value shall be deducted from the payment for

each calendar week of delay or part thereof.

37.2. In case, the selected bidder does not supply the ordered items for any reason and

confirms his ineligibility within 60 days, his contract shall be terminated and he

will be liable to pay the difference amount to MPPMCL, over and above the

Performance Guarantee, which MPPMCL has to pay to the next or other selected

bidder for purpose of procurement of the said items.

37.3. During warranty period, if the complaint is not resolved within 24 hrs, a penalty

of ₹ 500 per day for LED Display and ₹ 200 for other peripherals will be levied.

However, if the complaints remain unresolved for 3 days then from 4th day to 7th

day, penalty would be levied @ 150% and from 8th day onwards penalty @

200% of the above rates would be levied. The amount of penalty will be

recovered from the Performance bank guarantee during warranty period.

37.4. In case an item is not usable beyond the stipulated downtime, the bidder will be

required to arrange for an immediate replacement of the same till it is repaired.

Failure to arrange for the immediate repair/replacement will be liable for penalty

of ₹ 500 per day LED Display and ₹ 200 for other peripherals will be levied. The

amount of penalty will be recovered from the Performance bank guarantee

during warranty period.

37.6. The amount of penalty (liquidated damages) shall be subject to a maximum limit

of 10% of the total contract value.

38. Payment: Payment for goods and services shall be made by RAO(CAU), MPPMCL,

Jabalpur in Indian Rupees as follows:

38.1. No advance payment will be made.

15 | P a g e

38.2. 50% payment after successful inspection by MPPMCL, delivery of the ordered

goods at MPPMCL offices (at both Bhopal and Jabalpur).

38.3 40% of the payment shall be released after successful commissioning of the Video

Wall solution, supply of 5 copies of user manuals and completion of 3 sessions of

training each for Bhopal and Jabalpur to MPPMCL staff.

38.3. Remaining 10% payment will be made in 2 installments of 5% each after end of 4th

and 5th year of warranty and service period.

39. MPPMCL Right to accept any Bid and to reject any or all Bids – MPPMCL reserves the

right to accept or reject any bid, and to annul the bidding process and reject all bids at any

time prior to awarding the Contracts, without thereby incurring any liability to the affected

Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds

for such decision.

40. Limitation of MPPMCL Liability: MPPMCL cumulative liability for its

obligations under the contract shall not exceed the contract value and MPPMCL

shall not be liable for incidental, consequential, or indirect damages including loss of

profit or saving.

41. All correction/addition/deletion in the bid shall require authorized countersign.

42. Force Majeure Shall mean and be limited to the following:

a) Fire, explosion, cyclone, earthquake, flood, tempest, lightening or other natural

physical disaster;

b) War / hostilities, revolution, acts of public enemies, blockage or embargo;

c) Any law, order, Riot or Civil commotion, proclamation, ordinance, demand or

requirements of any Government or authority or representative of any such

Government including restrictive trade practices or regulations;

d) Strikes, shutdowns or labor disputes which are not instigated for the purpose of avoiding

obligations herein, or;

e) Restrictions imposed by the Government or other statutory bodies which prevents or

delays the execution of the order;

f) Any other circumstances beyond the control of the party affected;

The Bidder shall intimate MPPMCL by a registered letter duly certified by the local

statutory authorities, the beginning and end of the above causes of delay within

seven (7) days of the occurrence and cessation of such Force Majeure conditions. In

the event of delay lasting over two months, if arising out of causes of Force Majeure,

MPPMCL reserves the right to cancel the order.

16 | P a g e

Delivery & Installation period may be extended by MPPMCL due to circumstances

relating to Force Majeure. Bidder shall not claim any further extension for delivery &

installation or completion of work. MPPMCL shall not be liable to pay extra costs

under any circumstances and the Bidder shall not be liable for delays in performing

their obligations under this order. The Bidder shall not be subject to price reduction for

delayed deliverables, as stated elsewhere.

However, it will be prerogative of MPPMCL to take the decision on force major

conditions and MPPMCL decision will be binding on the Bidder.

43. Please address all queries and correspondence to:

Name: Rakesh Dayal Saxena

Designation: Chief General Manager (IPC)

Address: 1st Floor, Block No.11, Shakti Bhawan,

MP Power Management Co. Ltd.,

Rampur, Jabalpur, PIN : 482008

Telephone: 0761-270-2402, 0761-270-2639

Fax: 0761-2667511 E-mail: [email protected]

Website: www.mppmcl.com

17 | P a g e

SECTION III

Scope of Work

The specification provided in this document covers the requirements of Design, Supply of

Components, Installation, Testing and Commissioning of Video Wall System with following

features:.

1. Video Wall Solution should have the provision of displaying contents over Large

Display ‐ Video Wall through different sources like PC, Laptop, Satellite TV Input, and

other Video Source etc.

2. The Video Wall should be designed for 24 x 7 operation and should provide enhanced

productivity and user friendly operation in terms of new product and technology.

3. Video Wall should be controlled through a Video wall controller which should have the

flexibility to show or display different sources with flexible layout, drag drop facility

and desktop sharing features etc.

4. The Video Wall should be designed in such a way that the managed data received from

various Power plants, Utilities, SLDC etc. should be displayed on it according to the

requirement.

5. It should be able to flip the video/ data randomly to get the better overview.

6. Video Wall should have an aesthetic border for good look.

Some of the brief activities as a part of scope of work for the bidder and to be reported to

DGM(IT), MPPMCL, Jabalpur are:

The bidder has to conduct the site survey and present the detailed site inspection survey

report including the pre instillation checklist.

Provide specifications for the power supply required for provisioning UPS/Power for the

efficient operation of the equipment along with grounding specification as required.

The bidder is responsible to check the Audio visual area / room to determine actual space

requirement in the room.

The bidder should design, supply components, install, test and commission Video Wall

display solutions as required for the satisfactory operation of the entire system.

The field cabling with conduit installation for the power and LAN cabling at both

locations will be provided by MPPMCL, Jabalpur and the same needs to be validated

and confirmed by the Bidder.

The bidder will be responsible for providing the services for configuring the hardware

and deploying system software as per the requirements and testing/ integration of various

hardware and software.

Bidder will provide back‐end support agreement/ arrangement for maintenance services

including supply of spare parts, expertise requirements for resolution of complaints, etc.

18 | P a g e

with the Original Equipment Manufacturers (OEMs) of the Video wall solution and its

accessories which shall include post-sales support services for the entire project period.

The OEM undertaking letter should be submitted along with the bid.

Bidder needs to submit the detailed bill of all materials along with the internal part numbers

for all quoted products inclusive of transfer of all licenses for the usage of the Video wall

solution.

Provide on‐site warranty support for 3 + 2 years.

The bidder shall provide full documentation including technical details of all components

listed in the proposal.

Bidder has to supply and install all the accessories required for the satisfactory operation

of the system with the latest technology solutions.

The bidder shall provide a video wall of 2 x 2 matrix of 55” (Diagonally) length, ultra-thin

bezel Video wall display.

The bezel gap should not be more than 3.5 mm.

Bidder is responsible for fixing and aligning of video wall and also for providing bracket to

hide the backend wiring to give an aesthetic look to the video wall.

A remote sensing device for controlling the video wall must be given.

Bidder shall provide advanced processor for multi input video wall controller for

customized video with ethernet port and a software to control the 4 cubes of display with

customized application.

Bidder shall provide HDMI SWITCHER to connect multiple HDMI inputs.

A data flipper must be there to switch or flip the video/data automatically.

Bidder shall supply any other components if required for the satisfactory operation of the

system.

Bidder shall provide 5 printed copies of user manual each for Bhopal and Jabalpur for easy

understanding of the functioning and usage of the Video wall and its accessories and

software. The soft copy of the manual shall also be shared for further replication.

Bidder shall also provide 3 training sessions each at Bhopal and Jabalpur for MPPMCL users

of the Video wall.

19 | P a g e

SECTION IV

Note: One set of Video wall and all related accessories (hardware and software) shall be

required each for Bhopal and Jabalpur

Minimum Technical Specification

Technical Specification for 2x2 LCD Video wall of 55” diagonal length

Attribute Description

1. LED Back lit Video wall

Configuration in Matrix

2 © x 2 ®

2. Diagonal dimension (inch) 55

3. LCD Technology IPS

4. Resolution Full HD 1920 x 1080 for each Module

5. Aspect Ratio 16:09

6. Viewing angle 178 degree H/V

7. Back Light Direct LED

8. Brightness (NIT) 500 nits

9. Contrast Ratio (Typ) 1400:01:00

10. Dynamic contrast ratio 500000:1

11. Sensor in each cube Color sensor

12. Calibration Automatic color and brightness calibration

13. Total Bezel size (mm) 3.5mm

14. Streaming Video Standards Protocol: RTP/UDP multicast

Video compression format: H.264 up to

1080p@60fps, HiP (High Profile) 4:2:0,

15. Screen Haze (%) 10

16. Refresh Rate (Hz) 60

17. White Point 10000K

18. Color Depth 10 bits

19. Typical Backlight lifetime (Hours) 60000 Hours

20. Typical MTBF (half Brightness)

(Hours)

100000 Hours

21. DVI inputs 2

20 | P a g e

Technical Specification for 2x2 LCD Video wall of 55” diagonal length

Attribute Description

22. HDMI 1.4 inputs 1

23. Display port input 1.1 1

24. Display port output 1.1 1

25. HDCP support YES

26. USB 2.0 in YES

27. SP/DIP 1

28. REMOTE CONTROL YES

29. ETHERNET PORT 2

30. Power consumption (MAX) 290 W (max)

31. AC input voltage 240 VAC, 50-60Hz

32. OPS Open Pluggable Specification Yes

33. Power consumption (sleep) <= 700mW

34. MAX Heat dissipation BTU/H

Integrated power supply: 990 BTU/h (max)

External power supply: 956 BTU/h (max)

35. Full wall Energy star 6.0 rating

(<0.5W in standby)

YES

36. Active screen diagonal 54.6” (1388 mm)

37. Cooling Low noise fans

Video wall controller

Attribute Description

1. OS Windows 8, 64bit Ultimate Version

Processing

2. CPU Intel® Core™ i7 Quad Core 3.6 GHz processor

3. Memory 16 GB RAM

4. Hard disk 2x 750 GB RAID-1, Hot-plug redundant

5. Optical drive DVD R/W

6. Network 2x 1 Gb/s LAN

21 | P a g e

Video wall controller

Attribute Description

7. System backplane 11-slot PCI Express 3.0 Switch Fabric backplane

Outputs

8. Graphics card 4ch Graphic card

Max resolution: 2560x1600@60Hz (Display

Port)

3840x2160@30Hz (Display Port)

1920x1200@60Hz (DVI)

Up to 60 HD displays

Supports Windows desktop size up to

32768x32768 pixel

Inputs

9. DVI 4ch DVI Input Card, supporting

HDCP

DVI signals up to 1920x1200@60Hz

RGB signals up to 170 Mpixel

Up to 64 DVI sources per system

10. DVI-Dual Link 1ch DVI-DL Input Card, supporting

DVI signals up to 4kx4k, up to 330MHz pixel

clock

Up to 16 DVI-DL sources per system

11. Analog video inputs 8ch Analog Video Input Card, supporting

PAL, NTSC, SECAM

Input formats Composite, S-Video

12. IP Streaming Input Stream Capture Unit SCU

Multiple standards supported: MPEG2,

MPEG4, H.264, MJPG, V2D

Up to 24/8 SD/HD streams per SCU Model D

Up to 12/4 SD/HD streams per SCU Model S

Up to 8 SCU’s per ECU-200

General specifications

13. Dimensions 19" Rackmount

14. Power Supply 100-240VAC 800W+800W, Hot-plug Redundant

22 | P a g e

Video wall controller

Attribute Description

15. Temperature Operating: 0°C to 35°C (32°F to 98°F)

Non-operating: -20°C to 70°C (-4°F to 158°F)

Certification

16. Safety UL/CSA/EN/IEC 609501 CB report

17. EMC CE, FCC Part 15 Class A, CISPR 22, ICES003

Video wall software

1. The software should be able to pre configure various display layouts and access

them at any time with a simple mouse click or based on the timer

2. The software should enable the users to see the desktop of the graphics display wall

remotely on the any WIN 8 PC connected with the Display Controller over the

Ethernet from multiple sources at a time on Picture in Picture mode and change the

size and position of the various windows being shown.

3. The wall management software shall be having inter-operatibility with Video

management system.

4. The wall management software may be centrally Server based or local controller

based architecture.

5. The software should enable various operators to access the display wall from the

local keyboard and mouse of their WIN 8 workstation connected with the Display

Controller on the Ethernet

6. The software should copy the screen content of the WIN 8 PC / workstation

connected on the Ethernet with the Display Controller to be shown on the Display

wall in scalable and moveable windows in real time environment.

7. The wall management software should support open APIs to enable system

integrators to integrate it with their Software. Multiple application programmer’s

interface (API) to facilitate third-party software to control and access Wall

management software features including ability to query the available perspectives,

launch sources in windows, switch perspectives, switch current window contents to

available inputs for both networked or non-networked sources(on the input cards),

query overall system status, and launch applications

8. Key features of Wall management Software

a. Central configuration database

b. Browser based user interface

c. Auto-detection of network sources

23 | P a g e

Video wall software

d. Online configuration of sources, displays and system variables

e. Backup & restore capabilities

f. Scheduled backup

g. Advanced remote logging

h. Full resolution and full frame rate preview of all networked sources

i. Remotely monitor displays over the network with the actual preview of all

sources shown

j. Drag and drop from sidebar to mini display for quick perspective changes

k. Integrated soft KVM for remote control of displays

l. Perspectives can be opened and shown on both workstations and displays alike

m. Standard and custom Tiling configuration

n. Share your perspectives with other workstations or displays

o. Decorators including: UMD, IDC, Source Name, Time (time zone aware), Date,

Text, Logo, Message Ticker, Source status

9. The Wall Control software shall perform health monitoring that allows timely

detection of faults.

a. Wall health

b. Cube health

c. Cube IP-address

d. Brightness

10. Wall Control Software shall allow commands on wall level or cube level or a

selection of cubes :

a. Switching the entire display wall on or off.

b. Setting all projection modules to a common brightness target, which can be

either static (fixed) or dynamic to always achieve maximum (or minimum)

common brightness between projection modules.

c. Fine-tune color of each cube

11. The integrated view shall provide a database that

a. records all events

b. can record full status at given time intervals

c. can be exported to excel/html

d. Show internal patterns

12. Log file functions (full Audit trail capabilities)

Logs are not automatically overwritten

• Client logs

• Central server logs

13. Logs contain the following information

• Individual User ID that has control of the video wall at any given time

• Name of PC that has control of video wall at any given time.

• Time control was taken.

• Time control was released

24 | P a g e

Video wall software

• Time stamps in log shall be at the one (1) second interval, or less

Technical Specification for Supporting Personal Computers

S No. Attribute Minimum Requirement

1 Processor

Quad Core Intel i7 64-bit

2.6 GHz CPU or better. Along with L2 cache of 4 MB with support

upto 32 MB.

2 RAM Capacity

4 GB DDR2/DDR3

*Should support upto 48 GB 1333/1066/800 MHz DDR3 ECC /Non

ECC Unbuffered memory.

*Memory mirroring should be supported.

3 HDD 1 TB expandable with RAID

4 Networking

*Dual-port Gigabit Ethernet Controller inbuilt.

*Support for add-on network adapters.

*Support for optical fibre interface adapters.

5 Input format *Supports NTSC, PAL, SECAM standards.

*Supports Composite, S-video sources.

6 Universal inputs Should be able to accept DVI/RGB/Video

7 Formats RGB/DVI/Full HD video.

8 Input/ Output Should have multiple USB, LAN, VGA, Serial ATA and IDE ports

9 Accessories DVD-R, DVD+RW, Keyboard, mouse

10 Codec MJPEG, MPEG-1, MPEG-2, MPEG-4, H.264, WMV

and custom formats.

11 Protocol RTP, UDP/IP, TCP/IP Unicast and Multicast

12 OS

Supports 64 bit Operating System Windows 8. Also

support Solaris. Should be able to run both the operating systems

simultaneously on two regions.

13 Digital KVM Support *Keyboard mouse control.

*Enable/Disable Keyboard and mouse controls.

14 Cables and connectors. Vendor should provide all the necessary

cables and connectors

15 Monitor Size >=22" diagonal

16 Dynamic Contrast ratio >=10000000

17 Technology LED

18 Resolution >=1920x1200

19 Brightness >=220 Cd/sq. m

20 Brightness Uniformity 95% or above

21 Viewing angle 178 deg. Or better

22 Graphical user interface Yes

23 Integration to third party

equipment Yes

24 Aspect Ratio As compatible with the specified resolution.

25 | P a g e

Technical Specification for Supporting Personal Computers

S No. Attribute Minimum Requirement

25 Input Voltage 90-264 V, 50 Hz

26 Colors 16.7 million or better.

28 Switch/Router 24 outputs

Technical Specification for UPS and Voltage Stabilizer

S No. Attribute Minimum Requirement

1. UPS Type Online

2. UPS Backup

Should provide 4 Hour backup for the entire load of the LED data

Wall System including the controller & accessories. Load details may

be provided for each component thus justifying

the proposed UPS rating.

3. UPS Input supply voltage 230 V, 50 Hz

4. UPS Rating Rating should be selected to support the full load of the data wall and

controller with all the accessories.

5. Stabilizer Voltage I/P Voltage 195-270 & O/P Voltage 220-240 with +/- 1%

6. Stabilizer Rating Rating should be selected to support the full load of the data wall and

controller with all the accessories.

26 | P a g e

SECTION V

FINANCIAL BID FORMAT

S.No. Particular Cost of

System

(including

all taxes &

duties)

Installation

Cost

(including

all taxes &

duties)

Total AMC for 5 years

(including all taxes &

duties)

(A)Warranty period - 3

years

(B) AMC 2 years - after

period mentioned in (A)

Total Quoted price

of bidder (including

all taxes & duties)

(3+4+5)

1 2 3 4 5 6

1 Video Wall

System (including

screens, software,

controllers, PCs,

maintenance

services, logistics,

etc as per scope of

work) - 2 Units

NOTE:-

1. The bidder should quote FIRM prices inclusive of all charges, taxes, duties, Levies/ Octroi,

Labor & Service tax on labor, Freight, Transportation, Rental, Civil works cost etc.

2. Payment of any types of taxes/duties whatsoever shall not be made by MPPMCL in any case.

3. Payment of any type of Govt. Statutory levies/taxes will also be the responsibility of the bidders

during the complete period of contract.

4. The offers, with the rates given in any form/Performa, other than that mentioned above, shall not

be considered, in any case. The Bidder has to mandatorily quote and bid for the complete scope

of the tender otherwise his bid would be rejected outright.

5. The necessary spares required for maintenance of the system during AMC shall be provided by

the contractor.

6. AMC shall include all the supplied hardware & software under the project for both location

Bhopal and Jabalpur.

PLACE: SIGNATURE OF BIDDER

NAME IN FULL

DATE DESIGNATION/ STATUS IN THE FIRM

COMPANY SEAL

27 | P a g e

SECTION VI

Tender purchase cost & Earnest Money Deposit Details:

Sr. No. Item Amount (In ₹) Name of the Bank &

Branch

Demand Draft No. Date of issue

1 Tender purchase cost

2 Earnest Money Deposit

(E.M.D.)

ELIGIBILITY CRITERIA

Form No. E1: Financial strength of the bidder

Financial Year Turnover (₹ In Crores) Audited Accounts

submitted? (Yes/No)

2011-12

2012-13

2013-14

Grand Total

Note: Please fill this form and submit with bid the Audited Annual Accounts / Balance Sheet along

with Profit & Loss Account for the last three financial years.

Form No. E2: Office in India

Sr. No. Address Contact Person Contact Nos. Type of supporting

document attached 1

2

Note: You may mention more than one office (if applicable) by adding multiple rows.

28 | P a g e

Form No. E3: Experience Details (Customer References)

Sr.

No.

Name of the

Organization

Contact

Person

Contact

telephone

no. &

Address

Date/Period of

implementation

No. of

Video

Wall

Installed

Type of

Supporting

Document

attached

1

2

.

Note: Please fill this form and submit the supporting documents for each customer reference. Failing

the same may lead to the rejection of the bid. You may add the customer references by adding multiple

rows.

Form No. E4: Authorization Letters

Item Make & Model Name of OEM Authorization letter

Submitted? (Yes/No)

2 x 2 Matrix of 55” LED

(Diagonally)

Controllar

Make & Model List

Sr. No. Item Make & Model Supporting

Document

Submitted (Yes/No)

1 List of all items

2

Note: You may quote only one option against any item.

29 | P a g e

Performa of Compliance letter/Authenticity of Information Provided

(On Non judicial Stamp paper of ₹ 100/‐ duly attested by the First class

Magistrate/Notary Public)

Date:

To,

______

______

Jabalpur (MP)

Sub: Compliance with the tender terms and conditions, specifications and

Eligibility Criteria Ref: Tender no……………..

Dear Sir,

With reference to above referred tender, I, undersigned <<Name of Signatory>>, in the

capacity of <<Designation of Signatory>>, is authorized to give the undertaking on behalf

of <<Name of the bidder>>.

We wish to inform you that we have read and understood the technical specification and

total requirement of the above mentioned bid submitted by us on DD.MM.YYYY.

We hereby confirm that all our quoted items meet or exceed the requirement and are

absolutely compliant with specifications mentioned in the bid document.

We also explicitly understand that all quoted items meet technical specification of the bid

& that such technical specification overrides the brochures/standard literature if the same

contradicts or is absent in brochures.

In case of breach of any tender terms and conditions or deviation from bid specification other

than already specified as mentioned above, the decision of MPPMCL Tender Committee

for disqualification will be accepted by us.

The Information provided in our submitted bid is correct. In case any information provided

by us are found to be false or incorrect, you have right to reject our bid at any stage

including forfeiture of our EMD/ PBG/cancel the award of contract. In this event,

MPPMCL reserves the right to take legal action on us.

30 | P a g e

Thanking you,

Dated this _______ day of _____ YYYY

Signature: _______________________

(In the Capacity of) : _______________

Duly authorized to sign bid for and on behalf of

Note: This form should be signed by authorized signatory of bidder

31 | P a g e

Performa of Contract‐cum‐Equipment

Performance Bank Guarantee

(To be stamped in accordance with Stamp Act)

Performance Security

Indicative Draft to be customized by the Utilities on case to case basis. Place marked * may be

specifically be filled/verified before finalizing the drafts by the utilities.

To be obtained on the requisite value of Stamp paper depending upon the place of execution

(To be accompanied with the Bank Guarantee both on a NON-Judicial Stamp Paper of INR 250 Only)

BANK GUARANTEE

This Guarantee made on this __________ day of __________ 2015 between __________ Bank

Limited, a Company incorporated in __________ having its registered office at __________ and

one of its branch office at __________ (Place) __________ hereinafter called the "Bank" which

expression shall unless repugnant to the context or contrary to the meaning thereof shall include

its successors and assigns) of the One Part and ___________________________, a Company

incorporated in India under the Companies Act, 1956 and having its registered office at

________________________(hereinafter called " MPPMCL" which expression shall include its

successors) of the Other Part.

WHEREAS

1 The Supplier has entered in to an agreement with MPPMCL (Contract No. _______

dated___________ for supply of _________________ herein after called ‘’the Contract”.

2 As per the terms of the Contract the Supplier has to provide a Bank Guarantee from a

*Nationalised Bank for an amount of ₹____________*(the “Guaranteed Amount”) for

the due performance of the Suppliers Obligations in accordance with the Contract in

favour of MPPMCL. A copy of the Contract is enclosed with this Bank Guarantee.

3 The Bank has, at the request of Supplier, agreed to give in favour of MPPMCL a

Guarantee for payment of the Guaranteed Amount in a manner hereinafter appearing

which the Purchase has agreed to accept.

NOW THIS DEED WITNESSETH AS FOLLOWS:

1 In pursuance of the said Contract and in consideration of the premises, the Bank hereby

unconditionally and irrevocably, and without any qualification whatsoever, agrees,

covenants, undertakes and guarantees, as primary obligator and not as surety merely, to

make payment to MPPMCL on its first demand without whatsoever any claims,

objection, protest or demur and without any recourse to the Supplier, notwithstanding any

32 | P a g e

intimation or direction to the contrary or any objection, such sum or sums of money to

the extent of and upto the Guaranteed Amount up to and including 14*days after the due

performance of the suppliers obligation including any warranty and AMC obligations and

termination of the said Contract

2 Any such demand placed on the Bank shall be conclusive as regards the Guaranteed

Amount due and payable by the Bank under this Guarantee.

3 This Guarantee is executed up to and including a period of _14__*days after the due

performance of the supplier’s obligation and termination of the said Contract during

which period it is not revocable except with the previous written consent of MPPMCL.

4 MPPMCL may, without affecting Bank’s liabilities and obligations hereunder, grant time

or other indulgence to or compound with Supplies or enter into any agreement or agree to

forbear to enforce any of the terms and conditions of this Guarantee.

5 This Guarantee shall not be affected by any change in the constitution of MPPMCL or

Supplier by merger, amalgamation or absorption with any other body or corporation or

otherwise and this Guarantee will be available to or enforceable by or against such body

or corporation.

In order to give effect to this Guarantee, Purchase shall be entitled to act as if the Bank were

the principal debtor and the Bank hereby waives all and any of its rights of surety ship.

Any notice by way of request and demand or otherwise hereunder sent by telex, fax or

personally served, or by registered post addressed as aforesaid to the Bank in Pune, India

shall be presumed to have been duly received by the Bank as follows:

(i) If personally served, when served.

(ii) If by fax or telex on the second business day after the transmission.

(iii) If mailed, upon receipt, or on seventh day after deposit in the mail with postage

prepaid. The Guarantee herein contained is not revocable by notice during its

currency and shall remain in full force until payment has been made to Purchase

by Bank of the Guaranteed Amount payable hereunder.

The liability of the Bank is irrevocable during the currency of this Bank Guarantee and is

restricted to the Guaranteed Amount viz. ₹ ____________(Rupees ________________Only).

Unless demand or claim under this Guarantee is received by the Bank in writing within the

validity period of this Guarantee , all the rights of Purchase against the Bank shall be

forfeited and the Bank shall be relieved and discharged of all liabilities hereunder.

These Presents shall be governed by and construed in accordance with the Indian Law, and

the courts in ________alone shall have exclusive jurisdiction in relation hereto.

33 | P a g e

The Bank hereby declares that it has power to issue this Guarantee and the undersigned have

the full power to approve execution, delivery and the performance of the Guarantee.

Signed, sealed and delivered by the Bank

For _____________________

Authorized Signatories

34 | P a g e

CONTRACT FORM

THIS AGREEMENT made the __ day of___________ and year ____

Between ________________________ (Name of Purchaser) of (Country of

Purchaser) hereinafter “MPPMCL” of the one part and ______________________

(Name of Supplier) of __________ (City and Country of Supplier) hereinafter called “the

Supplier” of the other part:

WHEREAS MPPMCL is desirous that certain Goods and ancillary

services viz.,

(Brief Description of Goods and Services) and has accepted a bid by the Supplier for the

supply of those goods and s e r v i c e s i n t h e s u m o f

( C o n t r a c t P r i c e i n W o r d s and Figures) hereinafter called “the

Contract Price in Words and Figures” hereinafter called “the Contract Price.”

NOW THIS AGREEMENT WITHNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed

as part of this Agreement, viz.:

2.1 the Bid Form and the Price Schedule submitted by the Bidder;

2.2 terms and conditions of the bid

2.3 MPPMCL Notification of Award

3. In consideration of the payments to be made by MPPMCL to the Supplier as

hereinafter mentioned, the Supplier hereby covenants.

4. With MPPMCL to provide the goods and services and to remedy defects

therein in conformity in all respects with the provisions of the Contract.

5. MPPMCL hereby covenants to pay the Supplier in consideration of the

provision of the goods and services and the remedying of defects therein, the

Contract Price or such other sum as may become payable under the provisions of

the Contract at the times and in the manner prescribed by the Contract.

35 | P a g e

6. Particulars of the goods and services which shall be supplied / provided by the

Supplier are as enlisted in the enclosed annexure:

TOTAL VALUE:

DELIVERY

SCHEDULE:

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in

accordance with their respective laws the day and year first above written.

Signed, Sealed and Delivered by the Said(For MPPMCL)

In the presence of _________________

Signed, Sealed and Delivered by the

Said ________________________ (For the Supplier)

In the presence of ________________