request for proposal (e-tender) supply, installation &...

62
REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & Testing of LED LFD for integration with Video Conferencing equipment at locations specified by the Maharashtra Prison Department For: Maharashtra Prison Department Ref Number: OandM/LFD/Purchase/2017/ Date: 21 June, 2017 RFP Inviting Authority: Purchase Officer, Maharashtra Prison Department 2 nd Floor, Central Building Pune – 411 001 Tel: 020-2612 7907 Fax: 020-2612 5878 E-mail: [email protected]

Upload: others

Post on 08-Aug-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

REQUEST FOR PROPOSAL (e-Tender)

Supply, Installation & Testing of LED LFD for integration with Video Conferencing equipment at locations specified

by the Maharashtra Prison Department

For: Maharashtra Prison Department

Ref Number: OandM/LFD/Purchase/2017/ Date: 21 June, 2017 RFP Inviting Authority: Purchase Officer, Maharashtra Prison Department 2nd Floor, Central Building Pune – 411 001 Tel: 020-2612 7907 Fax: 020-2612 5878 E-mail: [email protected]

Page 2: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

1

Table of Contents 1 INVITATION FOR PROPOSAL .................................................................................................................................. 5

1.1 Key Events and Dates......................................................................................................................................... 6 1.2 Other Important Information Related to Bid ....................................................................................................... 6

2 INSTRUCTIONS TO BIDDERS .................................................................................................................................. 8 2.1 Introduction of the department ............................................................................................................................ 8 2.2 Purpose ................................................................................................................................................................ 8 2.3 Cost of RFP ......................................................................................................................................................... 8 2.4 Earnest Money Deposit (EMD) ........................................................................................................................... 8 2.5 Authentication of Bid ........................................................................................................................................... 9 2.6 Consortium and Joint Ventures .......................................................................................................................... 9 2.7 Completeness of Response ................................................................................................................................ 9 2.8 Proposal Preparation Costs ................................................................................................................................ 9 2.9 Pre-bid Queries ................................................................................................................................................... 9 2.10 Amendment of RFP Document ......................................................................................................................... 10 2.11 Supplemental Information to the RFP .............................................................................................................. 10 2.12 Maharashtra Prison Department’s right to terminate the process .................................................................. 10 2.13 Language of Bids .............................................................................................................................................. 10 2.14 Patent Claim ...................................................................................................................................................... 10 2.15 Bid Submission Format ..................................................................................................................................... 10 2.16 Submission of Bids ............................................................................................................................................ 11 2.17 Disqualif ication .................................................................................................................................................. 11 2.18 Bid Opening ....................................................................................................................................................... 12 2.19 Evaluation Process............................................................................................................................................ 13 2.20 Aw ard Criteria .................................................................................................................................................... 16 2.21 Rev ised Order ................................................................................................................................................... 16 2.22 Signing of Contract ............................................................................................................................................ 16

3 SCOPE OF WORK .................................................................................................................................................... 18 3.1 Background ........................................................................................................................................................ 18 3.2 Project Objective ............................................................................................................................................... 18 3.3 Project Timelines ............................................................................................................................................... 20 3.4 Payment Terms ................................................................................................................................................. 20

4 GENERAL CONDITIONS OF CONTRACT ............................................................................................................. 23 4.1 Governing Law .................................................................................................................................................. 23 4.2 Settlement of Disputes ...................................................................................................................................... 23 4.3 Taxes and Duties .............................................................................................................................................. 23 4.4 Performance Guarantee ................................................................................................................................... 24 4.5 Confidential Information .................................................................................................................................... 24 4.6 Warranty ............................................................................................................................................................ 24 4.7 Change in Law s and Regulations ..................................................................................................................... 25 4.8 Force Majeure ................................................................................................................................................... 25 4.9 Risk Purchase ................................................................................................................................................... 25 4.10 Fall Clause ......................................................................................................................................................... 25 4.11 Change Orders and Contract Amendments .................................................................................................... 26 4.12 Extension of Time .............................................................................................................................................. 26 4.13 Termination ........................................................................................................................................................ 26 4.14 Payment upon Termination ............................................................................................................................... 27 4.15 Applicable law s.................................................................................................................................................. 28 4.16 Assignment ........................................................................................................................................................ 28

5 GUIDELINES FOR FILLING RESPONSE TO RFP ................................................................................................ 30 5.1 Template for Pre-Qualif ication and Technical Proposal.................................................................................. 30 5.2 Guidelines for Preparation of Pre-qualif ication and Technical Proposal [Envelope A (A-1 and A-2)] .......... 32 5.3 Guidelines for Preparation Financial Proposal [Envelope B] .......................................................................... 34 5.4 Template for f inancial proposal ........................................................................................................................ 35

6 ANNEXURE................................................................................................................................................................ 37 6.1 Computer Hardw are and Peripheral Quantity ................................................................................................. 37 6.2 Draft Agreement ................................................................................................................................................ 38 6.3 Format for Bank Guarantee .............................................................................................................................. 40 6.4 Pow er of Attorney .............................................................................................................................................. 41 6.5 Format for Uncondit ional Acceptance to the RFP ........................................................................................... 42 6.6 Format for Declaration by the bidder for not being Blacklisted / Debarred, Adherence to Law s and No Conflict of Interest ...................................................................................................................................................... 43 6.7 Manufacturer’s Authorization Form .................................................................................................................. 44 6.8 Pre-Bid Query Format ....................................................................................................................................... 45

Page 3: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

2

6.9 Format for acceptance from off icials of respective Courts .............................................................................. 46 6.10 Tentative list of Courts w here the items need to be delivered ........................................................................ 46

Page 4: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

3

List of Abbreviations used in this document AC Alternating Current ADGP Additional Director General Of Police BIS Bureau Of Indian Standards CE Conformite' Europ'eene /European Confirmity-Confirms standards complying

with European people's Health,security and environmental safety DDR Double Data Rate DVD Digital Versatile Disk DVI Digital Visual Interface EMD Earnest Money Deposit FCC Federal Communications Commission Declaration Of Conformity or FCC label

Standards Applicable in USA FPS Frames Per Second FY Financial Year GB Gigabyte GCC General Conditions of Contract HD High Definition HDMI High Definition Multimedia Interface IDC International Data Corporation ISI Indian Standards Institute ISO International Organisation for Standardisation IT Information Technology LED Light Emitting Diode LFD Large Format Display MAF Manufacturer Authorization Form MB Mega Bytes MIC Microphone MJPEG Motion Joint Photographic Experts Group NIC National Informatics Centre NOW Network Of Workstations OEM Original Equipment Manufacturer PBG Performance Bank Guarantee PSU Public Sector Undertakings RAM Random Access Memory RFP Request For Proposal RJ Registered Jack ROC Registrar Of Companies ROM Read Only Memory RPM Rotations Per Minute SATA Serial Advanced Technology Attachment SLA Service Level Agreement UL Underwriter’s Laboratory USB Universal Serial Bus UVC USB video Class VGA Video Graphics Array

Page 5: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

4

Section: 1 Invitation for Proposal

Page 6: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

5

1 Invitation for Proposal 1. The Purchase Officer of Maharashtra Prison Department (herein after referred as

department) hereby invites Proposals for Supply, Installation & Testing of LED LFD for

integration with Video Conferencing equipment at locations specified by the

Maharashtra Prison Department. Bidder / Agencies are advised to study this RFP document carefully before submitting their proposals in response to the RFP Notice.

Submission of a proposal in response to this notice shall be deemed to have been done

after careful study and examination of this document with full understanding of its terms,

conditions and implications.

2. The complete bidding document has been published on <https://mahatenders.gov.in> for the purpose of downloading. The downloaded bidding document shall be considered

valid for participation in the electronic bidding process (e-Tendering) subject to the

submission of required RFP/ bidding document fee and EMD.

3. Bidders who wish to participate in this bidding process must register on

<https://mahatenders.gov.in>

4. Bidders participating in e-Tendering process should have valid CLASS II or CLASS III Digital Signature Certificate compatible with the specified E-tendering portal.

5. Bidder (authorized signatory) shall submit their offer online in electronic formats for technical and financial proposal. However, RFP document fees, and Earnest Money

Deposit (EMD) should be deposited online only in the account details provided in the bid

document.

6. It would be the responsibility of the bidder for any delay in online submission due to any

reason. For this, bidders are requested to upload the complete bid proposal well

advance in time so as to avoid issues like slow speed, choking of web site due to heavy load or any other unforeseen problems.

7. In case, bidders requires any assistance related to participating in e-Tendering Process,

bidders can contact on e-Tendering Helpdesk as mentioned in the e-Tendering portal.

8. In case any bidder has any queries or seeks clarifications, the bidder can contact

Purchase Officer on aforementioned contact details.

9. Tendering process will be followed as per Government of Maharashtra G.R. of Industry,

Energy & Labour Department no. 2014/Pr.No.82/Bhagh-3/industry-4 Dated 01st

December 2016. However, bidders are not permitted to challenge procedure on grounds of terms mentioned in aforesaid GR.

Page 7: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

6

1.1 Key Events and Dates

Note: The exact time details shall be as per the tender schedule published online on e-tendering portal.

1.2 Other Important Information Related to Bid

S. No. Item Description 1. RFP Fee Rs. 20 Thousand

2. Earnest Money Deposit (EMD) Rs. 2 Lakhs

3. Bid Validity Period (180) One-hundred-and-eighty days from the date of opening of RFP

4. Last date for furnishing Bank Guarantee to the department (By successful bidder) In the form of Bank Guarantee / Demand Draft / Fixed Deposit

Within fifteen (15) working days of the date of notice of award of the contract or prior to signing of the contract whichever is earlier or as intimated in the work order issued by the department

5. Performance Guarantee value 10% of the entire contract value of successful bidder

6. Performance Guarantee validity period Performance Guarantee should be valid throughout the contact period till 180 days from the end of five year Maintenance Contract period

7. Last date for signing contract As intimated in work order of the department

S.N. Information Details

1. Publishing Date 23rd June, 2017

2. Download Date 23rd June, 2017 to 14th July, 2017.

3. Last date to send in requests for clarifications 27th June, 2017

4. Date, Time and place of pre- bid conference

29th June, 2017 Committee Room, 2nd Floor, MPD Central Building, Pune - 411001

5. Release of response to clarifications would be available at

MPD e-Tendering portal: < https://mahatenders.gov.in >

6. Bid Submission Start Date 1st July, 2017

7. Last date (deadline) for submission of bids 14th July, 2017

8. Bid Opening Date 15th July, 2017

Page 8: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

7

Section: 2 Instructions to Bidders

Page 9: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

8

2 Instructions to Bidders

2.1 Introduction of the department

Maharashtra Prison Department comprises of 9 Central Jails, 31 District Jails, 13 Open Jails, 1 Open colony. Maharashtra Prison Department has its Head Quarter at Pune and State Training Center at Yerawada, Pune

The Maharashtra Prison Department works under Home Department, Government of Maharashtra.

2.2 Purpose

The purpose of this RFP is to procure LED LFD which will be integrated with the VC equipment being procured by the department separately. (Court Locations as per Annexure 6.10)

The detailed scope of work is provided in Section three of this RFP document.

2.3 Cost of RFP

The bidders are required to deposit the RFP fees online. RFP fee is non-refundable. RFP fee exemption can be availed if bidder submits its registration as per ‘The Micro, Small and Medium Enterprises Development Act, 2006’ as manufacturer of tendered product. Also, the bidder is state/central government undertaking entity or registered as manufacturer and supplier under ‘The Micro, Small and Medium Enterprises Development Act, 2006’.

The RFP Document is not transferable to any other bidder

2.4 Earnest Money Deposit (EMD)

The bidders are required to deposit the EMD online. EMD exemption can be availed if bidder submits its registration as per ‘The Micro, Small and Medium Enterprises Development Act, 2006’ as manufacturer of tendered product. Also, if the bidder is state/central government undertaking entity or registered as manufacturer and supplier under ‘The Micro, Small and Medium Enterprises Development Act, 2006’.

i. The EMD shall be denominated in Indian Rupees only. No interest will be payable to the bidder on the amount of the EMD.

ii. Bids submitted without EMD or valid exemption certificate will be liable for rejection. iii. Bidder’s EMD shall be returned within 60 days after award of contract to successful bidder. iv. EMD shall be non-transferable. v. The EMD may be forfeited:

a) If a Bidder withdraws his bid or increases his quoted prices during the period of bid validity or its extended period, if any.

b) If successful bidder fails to sign the Contract or to furnish Bank Guarantee within specified time in accordance with the format given in the RFP.

Page 10: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

9

c) If during the bid process, a bidder indulges in any such deliberate act as would jeopardise or unnecessarily delay the process of bid evaluation and finalisation. The decision of the purchase officer or any authorized person on his behalf, regarding forfeiture of the EMD shall be final and binding upon bidders.

d) If during the bid process, any information is found false/fraudulent/mala fide, then the department shall reject the bid and, if necessary, initiate appropriate action.

2.5 Authentication of Bid

i. Authorized person of the bidder who signs the bid shall obtain the authority letter from the bidder, which shall be submitted with the Bid. All pages of the proposal and annexures, etc. shall be signed and stamped by the person or persons signing the bid.

ii. Power of Attorney executed by the Bidder in favour of the duly authorised representative, certifying him as an authorised signatory for the purpose of this bid.

2.6 Consortium and Joint Ventures

i. Consortium, joint venture, subcontracting & outsourcing of any kind is not allowed. ii. One bid would be considered from one single bidder in case of multiple bid found from

single bidder those bids shall be rejected and bidder may be disqualified from the Bidding process

2.7 Completeness of Response

i. Bidders are advised to study all instructions, forms, terms, requirements and other information in the RFP documents carefully. Submission of bid shall be deemed to have been done after careful study and examination of the RFP document with full understanding of its implications.

ii. The response to this RFP should be full and complete in all respects. Failure to furnish any/all information required by the RFP document or submission of a proposal not substantially responsive to the RFP document in every respect will be at the Bidder's risk and may result in rejection of its Proposal and forfeiture of the Bid EMD.

2.8 Proposal Preparation Costs

i. The bidder shall submit the bid at its cost and the department shall not be held responsible for any cost incurred by the bidder. Submission of a bid does not entitle the bidder to claim any cost and rights over the department and the department shall be at liberty to cancel any or all bids without giving any reason.

ii. All materials submitted by the bidder shall be the absolute property of the department and no copyright /patent etc. shall be entertained by the department.

2.9 Pre-bid Queries

Bidder shall send in their queries as prescribed in the Annexure 6.8 only. The response to the queries will be published on the department website https://mahatenders.gov.in. No

Page 11: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

10

telephonic/ e-mails queries will be entertained. This response of the department shall become integral part of RFP document.

The person attending the pre-bid meeting should be carrying an authority letter duly signed by the authorized signatory of the respective firm clearly mentioning the RFP reference number.

2.10 Amendment of RFP Document

i. All the amendments made in the document would be published at the aforementioned website and shall be part of RFP.

ii. The bidders are advised to visit the aforementioned website on regular basis for checking latest updates of this RFP document. The department also reserves the rights to amend the dates mentioned in this RFP for successful bid process.

2.11 Supplemental Information to the RFP

If the department deems it appropriate to revise any part of this RFP or to issue additional data to clarify an interpretation of provisions of this RFP, it may issue supplements to this RFP. Any such corrigendum shall be deemed to be incorporated by this reference into this RFP.

2.12 Maharashtra Prison Department’s right to terminate the process

The department may terminate the RFP process at any time and without assigning any reason and the department shall not be held responsible for any cost incurred by the bidder in bid preparation. The department reserves the right to amend/edit/add/delete any clause of this RFP. However this will be informed to all and will become part of the RFP.

2.13 Language of Bids

This bid should be submitted 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 and summited with the bid. English translation shall be validated at the department’s discretion.

2.14 Patent Claim

In the event of any claim asserted by a third party of infringement of copyright, patent, trademark or industrial design rights arising from the use of the Goods or any part thereof, the bidder shall expeditiously extinguish such claim. If the bidder fails to comply and the department is required to pay compensation to a third party resulting from such infringement, the Bidder shall be responsible for such compensation, including all expenses, court costs and lawyer fees. The department shall give notice to the successful bidder of any such claim and recover it from the bidder if required.

2.15 Bid Submission Format

The entire proposal shall be submitted strictly as per the format specified in this Request for Proposal. Bids with deviation from this format are liable for rejection. All the documents

Page 12: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

11

uploaded during the bid submission are required to be in clear and legible format. In case, the documents uploaded are not legible or in very lower resolution making it illegible, the department reserves the right to seek clarification from the respective bidder who shall provide the same within specified time frame mentioned in the request by the department.

2.16 Submission of Bids Documents comprising the Bid

a) A two envelope system shall be followed for the bid –

i. Technical Bid (Envelope A-1 & A-2):- RFP Fee, EMD Details, Pre-Qualification Documents, Technical bid (including the credentials).

ii. Financial Bid (Envelope B):- Financial bid as per the format specified.

b) The Bid shall include the following documents: -

S. No. Documents Type Document Format RFP Fee & EMD Details, Pre-Qualification Documents and Technical

Documents- Envelope – A-1 and A-2 1. Pre-qualification (A-1) As specified in clause 2.19.2 2. Technical Proposal (A-2) As specified in clause 2.19.2

Financial Bid – Envelope –B 3. Financial Bid (B) As specified in the e-tendering portal

c) The bidder should ensure that all the required documents, as mentioned in this RFP /

bidding document, are submitted along with the bid and in the prescribed format only. Non-

submission of the any of the required documents or submission of the documents in a different format / contents may lead to the rejections of the bid proposal submitted by the

bidder.

2.17 Disqualification The Proposal is liable to be disqualified in the following cases or in case the Bidder fails to meet the bidding requirements as indicated in this RFP:

i. Proposal not submitted in accordance with the procedure and formats prescribed in this document are treated as non-conforming Proposal.

ii. During validity of the Proposal, or its extended period, if any, the Bidder increases his

quoted prices.

iii. The Bidder submits a conditional proposal.

iv. Proposal is received in incomplete form.

v. Proposal is not accompanied by all the requisite documents.

vi. Proposal is not accompanied by the EMD / RFP Fee / Non submission of valid exemption

certificate, as applicable.

Page 13: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

12

vii. If the Bidder provides quotation only for a part of the Project.

viii. Information submitted in Technical Proposal is found to be misrepresented, incorrect or

false, accidentally, unwittingly or otherwise, at any time during the processing of the

Contract (no matter at what stage) or during the tenure of the Contract including the extension period, if any

ix. Financial Proposal is enclosed with the Technical Proposal.

x. Bidder tries to influence the Proposal evaluation process by unlawful/corrupt/fraudulent means at any point of time during the Bid process.

xi. In case any one Bidder submits multiple Proposals or if common interests are found in two or more Bidders, the Bidders are likely to be disqualified, unless additional

Proposals/Bidders are withdrawn upon notice immediately.

xii. Bidder fails to deposit the Performance Guarantee or fails to enter into a Contract within

15 Days of the date of issue of Letter of Intent or within such extended period, as may

be specified by the department.

xiii. While evaluating the Proposals, if it comes to the department’s knowledge expressly or

implied, that some Bidders may have colluded in any manner whatsoever or otherwise joined to form an alliance resulting in delaying the processing of Proposal then the

Bidders so involved are liable to be disqualified for this Contract as well as for a further

period as may be decided by the department.

xiv. If the Bid Security Pre-qualification Proposal, Technical Proposal contain any

information on price, pricing policy, pricing mechanism or any information indicative of the commercial aspects of the Bid.

2.18 Bid Opening

i. Bidders should note that if RFP Fee & / Or EMD of any tenderer is not reflecting on e-

Tendering portal on RFP Opening date, the bid is liable for REJECTION without any reasons.

ii. Envelope A-1 and A-2 containing Technical Documents shall be opened as per RFP

schedule or its amendments. The bidder/ representatives of bidder can choose to attend, at the address, date and time specified in the RFP.

iii. Envelope B containing the Financial Proposal will remain unopened till technical

evaluation.

iv. At the end of the evaluation of the Technical Proposals, the technical committee shall submit its recommendations to the Purchase Committee for further evaluation.

Page 14: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

13

2.19 Evaluation Process

2.19.1 Technical Committee i. The Technical Committee constituted by the department shall evaluate the bids.

ii. The Technical Committee shall evaluate the Technical proposal (Envelope A-1 and A-2).

The Purchase Committee shall evaluate the financial proposal (Envelope B) of the qualified bidders. The decision of the Purchase Committee shall be final and binding upon all the

bidders.

2.19.2 Pre-Qualification & Technical Criteria (Envelope A-1 and A-2)

The bidder shall fulfill all of the following eligibility criteria independently on date of submission

of bid:

S.No Eligibility Criteria Document Proof Envelope A-1

1 RFP Fee and EMD • Online Payment / Exemption

Certificate

2 Power of Attorney in favour of authorized

signatory

• As per format attached in

annexure 6.4

3

Bidder must be a registered company

under the Indian Companies Act, 1956 or

The Partnership Act, 1932

• Copy of the Memorandum and

Article of Association

OR • Copy of the registered Partnership

Deed

OR • Copy of the Certificate of

Incorporation

4

The bidder shall have an average annual

turnover of Rupees 3 Crores in the last 3

years (2013-14, 2014-15, 2015-16)

• A duly signed and stamped certificate from the Chartered

Accountant mentioning the

average annual turnover details of the last three financial years i.e.

FY 2013-14, FY 2014-15 and FY

2015-16 OR

Page 15: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

14

S.No Eligibility Criteria Document Proof • Audited P&L Statement in last

three financial years i.e. FY 2013-

14, FY 2014-15 and FY 2015-16

5 VAT / Sales Tax Clearance Certificate upto 31st March 2016

• Copy of the certificate (Form 415)

6 PAN Card • Scan Copy of the PAN Card

7 Income Tax Returns should be filed in the

last 3 years (2013-14, 2014-15, 2015-16) • Copy of the IT Returns filed

Envelope A-2

8

Manufacturer Authorization Form (MAF)

from the Original Equipment Manufacturer

(OEM) on their original letterhead for all Products (active components)

• MAF as per the format enclosed in

Annexure. 6.7

Note : The MAF shall be for this project ONLY and it should

specifically mention the name of this

project on the MAF with appropriate date

9

During last 3 years: • The Bidder should have satisfactorily

executed / completed work of value of

minimum 30 lakhs of Supply of LED

LFD Sets in Government of India / State Government / PSU / Semi-

Government

• Work Order / completion certificate

clearly mentioning nature of the work carried out by the Bidder and

the value of the work

Note: Work Order / completion certificates from 1st January 2014

onwards will ONLY be considered.

10

The Bidder should not have been

blacklisted by PSU / Central Government /

State Government/ Any Government

Department as on date of submission of bid

Undertaking on the letter head of the

Bidder should be provided duly

signed and stamped by the

Authorized Signatory of the bidder as per Annexure 6.6

11 The Bidder should have a valid ISO 9001-2008 certification as on date of submission

Copy of valid (valid as on date of submission) certificate

12 Technical Compliance Checklist As per format specified in the

Annexure 6.1 and Product Data

Sheets.

13 Service Center Details Bidder to provide the address and

contact details of its offices/service

centers across the Maharashtra State

Page 16: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

15

S.No Eligibility Criteria Document Proof

14 RFP Acceptance Letter As per format specified in the

Annexure 6.5

2.19.2.1 Process of Evaluation i. Each proposal shall be scrutinized further technically for checking whether the offered items

meets the RFP requirements along with technical specification. If bidder mentions any

additional features against the hardware which is beyond the scope of this RFP, the same

shall not be considered at the time of bid evaluation stage. In case, the bid meets the RFP requirements and is found responsive then the bidder will qualify for further evaluation of

Envelope B (Financial Bid). In case, in the department’s opinion if there is a material

deviation from the RFP requirement, it will treat the bid as non-responsive and may

disqualify the bidder. The Envelope B of such disqualified bidder shall not be opened. The department reserves the right to decide whether the deviation is material or not. The

Purchase Officer or any authorized person on his behalf reserves the right to seek

clarifications and additional documents as required and Bidder shall provide same as per time assigned.

ii. Bidder shall be evaluated as per criteria mentioned above. The bidders who fulfil all the

criteria and are found technically responsive to the RFP requirements will be declared as

qualified bidders and will qualify for Financial Evaluation iii. Amongst the bidders who are considered for financial evaluation, the bidder quoting the

lowest offer (L1) will be awarded the work at the discretion of the department.

iv. The Purchase Committee reserves the right to accept or reject any or all bids without giving any reasons thereof.

2.19.3 Demonstration of the proposed product i. As a part of technical evaluation, the bidder is required to demonstrate the proposed

products to the technical committee of the department. ii. The product would be evaluated vis-à-vis the technical specifications mentioned in the RFP

document and the software / hardware integration, as applicable. iii. The bidder whose proposed products fail to match or exceed the minimum technical

specifications mentioned in the RFP are liable for disqualifications. The date, time and venue for the demonstration of the proposed product shall be intimated to the bidders separately at notice of 2 days.

iv. The bidder would be provided with power supply, internet connectivity and required furniture from the department for the period of demonstration.

Page 17: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

16

v. The department shall not be responsible for the cost incurred for demonstration by the bidder.

2.19.4 Financial Bid Evaluation (Envelope B) The department will evaluate financial proposals of all the qualified bidders. If there is a discrepancy between words and figures, the amount in words shall prevail. For any other

calculation/ summation error etc. the bid may be rejected.

2.20 Award Criteria

The department shall award the contract to the technically qualified bidder who has quoted the lowest amount as per the financial format subject to approval of competent authority at its

discretion. The Purchase Committee, however, reserves the right to accept or reject any or all

bids without giving any reasons thereof. The Bid of the successful bidder would be termed as L1. The department will notify in writing that the successful Bidder’s proposal has been

accepted. Upon the successful Bidder’s furnishing of a Performance Guarantee, the contract

signing process will commence. In case the successful Bidder is unable to furnish the

Performance Guarantee and execute contract within 15 days, the department shall forfeit the Earnest Money Deposit and shall invite the Bidder ranked second (L2) in the financial bid subject

to the condition that the second rank Bidder (L2) shall match the price quoted by the earlier

successful Bidder (L1). In case, the financial bid of two bidders is same, then Purchase Committee reserves the right to split the order or award a single order.

2.21 Revised Order

The department reserves the right to increase the quantity of order, up to a limit of 50 % of the quantity proposed in this RFP. The bidder is required to supply the revised order at the rates

submitted in this RFP document. This revised order clause would be valid for a period of 6

months and only after completion of the order mentioned in this RFP document.

2.22 Signing of Contract The successful bidder shall enter into contract agreement with the department within the time

frame mentioned in the award letter. The Draft Agreement format placed at annexures 6.2 section.

Page 18: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

17

Section: 3 Scope of Work

Page 19: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

18

3 Scope of Work The department reserves the right to amend/add/delete/edit any of the following items of the scope of work, which shall be binding on the successful bidder.

3.1 Background The department proposes to procure the Video Conferencing equipment to be delivered and installed at the courts across the state of Maharashtra to facilitate the court appearances of the

summoned officials and prisoners to various courts over the Video Conference.

3.2 Project Objective The objective of this project is supplying, installing and testing of LED LFD without any damage

as per specified configuration in this RFP for various Courts across Maharashtra. The bidder needs to submit the detailed supply and testing plan of the LED LFD.

3.2.1 Supply, Installation & Testing of LED LFD for integration with Video Conferencing equipment at locations specified by the Maharashtra Prison Department

The bidder shall be responsible for Supply, Installation & testing of the below mentioned items;

• LED LFD

The technical specifications of the above mentioned equipment are detailed in Annexure - 6.1.

These specifications are the minimum requirements of the department. The Bidder can offer

higher / latest specification. The make/model proposed by the bidder needs to be consistent during the entire period of the contract. However, if the particular model becomes obsolete and

such certificate is produced by the OEM with supporting document showing the replacement of

the existing model with new model with higher specifications, the department may consider

replacing the existing model with new model and the same will be published on the website as corrigendum. Purchase and Supply of product other than Make and Model mentioned in the

RFP / Corrigendum shall be construed beyond the purview of this RFP.

The bidder must take care of below mentioned points while testing all above mentioned hardware but not limited to:

3.2.1.1 Inter-working of Hardware and Software

The bidder must take necessary steps to successfully install all the items supplied by him on the specified locations.

Page 20: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

19

3.2.1.2 Software Drivers and Manuals

The bidder should supply user manuals for LED LFD.

3.2.2 Hardware Warranty

The offer must include minimum of five years 100 % comprehensive on-site warranty for all

the hardware supplied under the scope of this RFP. The 100 % comprehensive on-site warranty would start from single and uniform date. i.e. from the date of first payment from the department

for the respective items.

3.2.3 Hardware Failure

i. The equipment/goods must conform to the specifications given and of desired quality

standards. The bidder shall guarantee that the goods delivered to the department is/are

brand new and without any damages. ii. Consistency in delivery shall be maintained for the entire lot of products ordered. All the

required quantity of equipment/s as per requirement shall be of the same brand and

model number. The bidder shall not substitute any internal components or subsystems of the product by similar items of different manufacturer/s.

iii. All the equipment shall be supplied with the relevant interface cables and necessary

standard accessories. Also, all the equipment shall be provided with ISI standard, 3-pin

power plugs (5-amp/15 amp, as required). iv. If during the warranty period, any equipment supplied under the scope of this RFP has

a hardware failure on four or more occasions in a quarter, it shall be replaced by

equivalent new equipment as proposed by the bidder at no cost to the department.

3.2.4 Technical Documentation

The Bidder shall submit the following documentation after installation of all equipment supplied

under the scope of this RFP.

a. Warranty certificate indicating 5 year’s onsite comprehensive warranty from the OEM for

all the equipment supplied under the scope of this RFP.

3.2.5 Acceptance Tests

At the discretion of the department, acceptance test will be conducted by the bidder at the

mentioned site in the presence of the respective officials. There shall not be any additional charges payable by the department for carrying out this acceptance test. The payments would

be made to the vendor on successful completion of the acceptance test. The bidder needs to

get the acceptance report duly signed from the officials of respective locations as per the format

mentioned in the Annexures 6.10. The installation and testing report should also be attached.

Page 21: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

20

3.2.6 Completeness of Installation & Testing

The installation and testing will be deemed as incomplete if not operational or not acceptable to

the department after acceptance testing / examination. Also, the bidder shall have to supply all

necessary accessories along with the supplied goods, data sheets and documentation which

may be required, whether mentioned or not mentioned in the RFP scope, for successful acceptance of the quoted equipment to the department.

3.2.7 Penalty for Downtime

In the five year period, LED LFD supplied under this RFP scope that is reported to be down on given date should be repaired or replaced within 48 hours from the date and time of actual

reporting.

In case bidder fails to meet the above standards of maintenance, there will be a penalty of Rs.

1000 per day for each reported instance which does not meet the timelines mentioned above. The department would deduct amount from the performance guarantee and recover the amount

in applicable manner as decided by the department. The total penalty charges should be limited

to the 10% of contract value. However, the department also has right to blacklist the bidder on non-performance.

3.3 Project Timelines T = Date of Award of contract Sr. No Activity/Task Timeline

1 Supply, Installation and testing of LED LFD for Video Conferencing at locations

T + 60 Days

i. Each deliverable shall be deemed to complete only after proper due diligence and acceptance by the department.

ii. There will be a penalty of 0.5% per week on value of material so undelivered in case the Supply, Installing and testing of the devices as mentioned in the above table is

not completed within the specified period after award of work.

iii. Total penalty charges shall be limited to 5% of contract value mentioned in work order.

3.4 Payment Terms • Payment for Supply, Installation & Testing of LED LFD for integration with Video

Conferencing equipment at locations specified by the Maharashtra Prison Department

would be as per actual basis with the rate quoted in the financial proposal by the bidder.

Page 22: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

21

• 90% Payment of the contract value shall be made after necessary due diligence and

approval from the nodal officers of respective locations as per this RFP. Remaining 10% of the amount would be paid after 30 days of first payment

• The bidder is responsible to submit the invoices accordingly in triplicate.

• Payment shall be made within 30 days of submission of invoice with all supporting documents and sign-off from the respective courts on final acceptance by the

department.

• Penalty, if any, as per SLA defined in project timelines in RFP shall be adjusted against final payment.

• All applicable deductions as per government rules shall be deducted from the payment

value.

Page 23: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

22

Section: 4 General Conditions of Contract

Page 24: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

23

4 General Conditions of Contract

4.1 Governing Law The Contract shall be governed by and interpreted in accordance with the laws of the India.

4.2 Settlement of Disputes

a) Performance of the contract is governed by the terms and conditions of the contract, in case disputes arise between the parties regarding any matter under the contract, either Party of the contract may send a written Notice of Dispute to the other party. The Party receiving the Notice of Dispute will consider the Notice and respond to it in writing within 30 days after receipt. If that party fails to respond within 30 days, or the dispute cannot be amicably settled within 60 days following the response of that party, as per clauses mentioned in this RFP shall become applicable.

b) Arbitration: (i) In the case of dispute arising, upon or in relation to, or in connection with the contract

between the department and the Successful bidder, which has not been settled amicably, any party can refer the dispute for Arbitration under (Indian) Arbitration and Conciliation Act, 1996. Such disputes shall be referred to an Arbitral Tribunal consisting of three arbitrators, one each to be appointed by the department and the successful bidder, the third arbitrator shall be chosen by the two arbitrators so appointed by the parties and shall act as Presiding Arbitrator. In case of failure of the two arbitrators, appointed by the parties to reach a consensus regarding the appointment of the third arbitrator within a period of 30 days from the date of appointment of the two arbitrators, the Presiding arbitrator shall be appointed by the department. The Arbitration and Conciliation Act, 1996 and any statutory modification or re-enactment thereof, shall apply to these arbitration proceedings.

(ii) Arbitration proceedings shall be held in Pune , India and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English.

(iii) The decision of the majority of arbitrators shall be final and binding upon both parties. The expenses of the arbitrators as determined by the arbitrators shall be shared equally by the department and the successful bidder. However, the expenses incurred by each party in connection to the preparation, presentation shall be borne by the party itself. All arbitration awards shall be in writing and shall state the reasons for the award.

4.3 Taxes and Duties

The successful bidder shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies as applicable separately.

Page 25: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

24

4.4 Performance Guarantee i. The successful bidder shall at his own expense, deposit with the department, within fifteen

(15) working days of the date of notice of award of the contract or prior to signing of the contract, whichever is earlier, an unconditional and irrevocable Bank Guarantee (BG) from a Nationalised bank acceptable to the department, payable on demand (In Pune), for the due performance and fulfilment of the contract by the successful bidder. Please Refer Annexure. The performance guarantee can be in the form of BG / FD / DD.

ii. This Bank Guarantee will be for an amount equivalent to 10 percent of complete contract value for 5 years. All charges whatsoever such as premium, commission, etc., with respect to the Performance Guarantee shall be borne by the successful bidder.

iii. The Performance Guarantee shall be valid till the end of six months after contract for the Supply, Installation & Testing of LED LFD for integration with Video Conferencing equipment at locations specified by the Maharashtra Prison Department and should be in the format prescribed in the RFP.

iv. The Performance Guarantee may be discharged/returned by the department upon being satisfied that there has been due performance of the obligations of the successful bidder under the contract. However, no interest shall be payable on the Bank Guarantee.

v. The department shall also be entitled to make recoveries from the Bidder’s bills, Performance Guarantee, or from any other amount due to him, the equivalent value of any payment made to him due to inadvertence, error, collusion, misconstruction or misstatement.

vi. The Performance Guarantee shall be returned to the successful bidder after receiving an indemnity bond from the bidder, in case there is no penalty applicable. The bidder needs to submit the No-Objection Certificate from the respective locations in order to get back the performance guarantee amount.

vii. In case of applicable penalty, the successful bidder needs to pay-out the penalty amount to get back the performance guarantee or the same would be deducted from the performance guarantee.

4.5 Confidential Information

The department and the successful bidder shall keep confidential and shall not, without the written consent of the other party hereto, divulge to any third party any documents, data, or other information furnished directly or indirectly by the other party hereto in connection with the Contract, whether such information has been furnished prior to, during or following completion or termination of the Contract.

The department shall not use such documents, data, and other information received from the successful bidder for any purposes unrelated to the Contract. Similarly, the successful bidder shall not use such documents, data, and other information received from the department for any purpose other than the design, procurement, or other work and services required for the performance of the Contract.

4.6 Warranty

All the supplied goods are new, unused, and of the most recent or current models, and that they incorporate all recent improvements in design and materials, unless provided otherwise in the Contract.

Page 26: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

25

The goods shall be free from defects arising from any act or omission of the successful bidder or arising from design, materials, and workmanship, under normal use in the conditions prevailing in the country of final destination.

4.7 Change in Laws and Regulations

Unless otherwise specified in the Contract, if after the date of the Invitation for Bids, any law, regulation, ordinance, order or bylaw having the force of law is enacted, promulgated, abrogated, or changed that subsequently affects the Delivery Date and/or the Contract Price, then such Delivery Date and/or Contract Price shall be correspondingly increased or decreased, to the extent that the successful Bidder has thereby been affected in the performance of any of its obligations under the Contract.

4.8 Force Majeure

“If, at any time, during the continuance of this contract the performance in whole or in part by either party of any obligation under this contract shall be prevented of delayed by reason of any war, hostility, acts of the public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restriction, strikes, lock-outs or acts of God (hereinafter referred to as “events”), provided notice of happening of any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof, neither party shall by reason of such event, be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such non- performance or delay in performance; and deliveries under the contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist, and the decision of the purchasing officer as to whether the deliveries have been so resumed or not, shall be final and conclusive, provided further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days, either party may at its option terminate the contract PROVIDED ALSO that it the contract is terminated under this clause, the purchaser shall be at liberty take over from the contract at a price to be fixed by the purchasing Officer which shall be final all unused, undamaged and acceptable materials, bought out components and stores in course of manufacture in the possession of the contractor at the time of such termination or such portion there of as the purchaser may deem fit accepting such material, bought out components and stores as the contractor may with the concurrence of the purchaser elect to retain.

4.9 Risk Purchase

The contractor fails to deliver the stores of any installment thereof within the period fixed for such delivery or at any time repudiates the contract before the expiry of such period, the Government is entitled to cancel the contract and repurchase the stores not delivered at the risk and cost of the defaulting contractor. In the event of such a risk purchase, the defaulting contractor shall be liable for any loss which the Government may sustain on that account provided the purchase, or if there is an agreement to purchase, such agreement is made, in case of default to deliver the stores by the stipulated delivery period, within six months from the date of such default and in case of repudiation of the contract before the expiry of the aforesaid delivery, within six months from the date of cancellation of the contract.

4.10 Fall Clause

Page 27: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

26

It is a condition of the contract that all through the currency thereof, the price at which you will the supply stores should not exceed the lowest price charged by you to any customer during the currency of the rate contract and that in the event of the prices going down below the rate contract prices you shall promptly furnish such information to us to enable to amend the contract rates for subsequent supplies.

4.11 Change Orders and Contract Amendments

The department may at any time order the successful bidder to make changes within the general scope of the Contract, in any one or more of the following:

i. The place of delivery. ii. The Related Services to be provided by the successful bidder.

If any such change causes an increase or decrease in the cost of, or the time required for, the successful bidder’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery and Completion Schedule, or both, and the Contract shall accordingly be amended. Any claims by the successful bidder for adjustment under this Clause must be asserted within 28 days from the date of the successful bidder’s receipt of the department’s change order.

Prices to be charged by the successful bidder for any related services that might be needed but which were not included in the Contract shall be agreed upon in advance by the parties, and shall not exceed the prevailing rates charged to other parties by the successful Bidder for similar services.

4.12 Extension of Time

If at any time during performance of the Contract, the successful bidder encounter conditions impeding timely delivery of the Goods or completion of related services, the successful bidder shall promptly notify the department in writing of the delay, its likely duration, and its cause. As soon as practicable after receipt of the successful bidder’s notice, the department shall evaluate the situation and may at its discretion extend the successful bidder’s time for performance in writing.

Delay by the successful Bidder in the performance of its Delivery and Completion obligations shall render the Bidder liable for disqualification for any further bids in the department, unless an extension of time is agreed mutually.

4.13 Termination

4.13.1 Termination by the department a. The department may, without prejudice to any other remedy for breach of Contract,

terminate this Contract in case of the occurrence of any of the events specified in this RFP document. In such an occurrence, the department shall give a not less than 30 days’ written notice of termination to the successful bidder.

b. If the successful bidder does not remedy a failure in the performance of their obligations under the Contract, within thirty (30) days after being notified or within any further period as the department may have subsequently approved in writing.

Page 28: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

27

c. If the successful bidder becomes (insolvent or goes into liquidation, or receivership whether compulsory or voluntary.

d. If the successful bidder, in the judgment of the department has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

e. If the successful bidder submits to the department a false statement which has a material effect on the rights, obligations or interests of the department.

f. If the successful bidder places itself in a position of conflict of interest or fails to disclose promptly any conflict of interest to the department.

g. If the successful bidder fails to provide the quality services as envisaged under this Contract, the department may make judgment regarding the poor quality of services, the reasons for which shall be recorded in writing. The department may decide to give one chance to the successful Bidder to improve the quality of the services.

h. If the successful bidder fails to comply with any final decision reached as a result of arbitration proceedings.

i. If, as the result of Force Majeure, the successful bidder is unable to perform a material portion of the Services for a period of not less than 60 days

j. If the department, in its sole discretion and for any reason whatsoever, decides to terminate this Contract.

k. In the event the department terminates the Contract in whole or in part, the department may procure, upon such terms and in such manner as it deems appropriate, services similar to those undelivered or not performed, and the successful bidder shall be liable to the department for any additional costs for such similar services. However, the successful bidder shall continue performance of the Contract to the extent not terminated.

4.13.2 Termination by Bidder The successful bidder may terminate this Contract, by not less than 30 days’ written notice to the department, such notice to be given after the occurrence of any of the events specified in this RFP document:

a. If the department fails to pay any money due to the Successful bidder pursuant to this Contract and not subject to dispute pursuant to relevant clauses hereof, within 45 days after receiving written notice from the successful bidder that such payment is overdue.

b. If, as the result of Force Majeure, the successful bidder is unable to perform a material portion of the Services for a period of not less than 60 days.

c. If the department fails to comply with any final decision reached as a result of arbitration pursuant this RFP document hereof.

d. If the department is in material breach of its obligations pursuant to this Contract and has not remedied the same within 45 days (or such longer period as the successful bidder may have subsequently approved in writing) following the receipt by the department of the Successful bidder’s notice specifying such breach.

4.14 Payment upon Termination

Upon termination of this Contract pursuant to this RFP document, the department shall make the following payments to the Successful bidder:

a. If the Contract is terminated pursuant to this RFP document, remuneration for Services satisfactorily performed prior to the effective date of termination.

Page 29: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

28

b. If the agreement is terminated pursuant of this RFP document, the successful bidder shall not be entitled to receive any agreed payments upon termination of the contract. However, the department may consider making a payment for the part satisfactorily performed on the basis of Quantum Merit as assessed by it, if such part is of economic utility to the department. Applicable under such circumstances, upon termination, the department may also impose liquidated damages. The successful bidder will be required to pay any such liquidated damages to the department within 30 days of termination date.

4.15 Applicable laws

i. The Contract shall be interpreted in accordance with the laws prevalent in India. ii. Compliance with all applicable laws: The Bidder shall undertake to observe, adhere to,

abide by, comply with and notify the Department about all laws in force or as are or as made applicable in future, pertaining to or applicable to them, their business, their employees or their obligations towards them and all purposes of this RFP and shall indemnify, keep indemnified, hold harmless, defend and protect the Department and its employees/ officers/ staff/ personnel/representatives/ agents from any failure or omission on its part to do so and against all claims or demands of liability and all consequences that may occur or arise for any default or failure on its part to conform or comply with the above and all other statutory obligations arising there from.

iii. Compliance in obtaining approvals/ permissions/ licenses: The Bidder shall promptly and timely obtain all such consents, permissions, approvals, licenses, etc., as may be necessary or required for any of the purposes of this project or for the conduct of their own business under any applicable Law, Government Regulation/Guidelines and shall keep the same valid and in force during the term of the project, and in the event of any failure or omission to do so, shall indemnify, keep indemnified, hold harmless, defend, protect and fully compensate the Department and its employees/ officers/ staff/ personnel/ representatives/agents from and against all claims or demands of liability and all consequences that may occur or arise for any default or failure on its part to conform or comply with the above and all other statutory obligations arising there from and the Department will give notice of any such claim or demand of liability within reasonable time to the bidder.

iv. All legal disputes are subject to the jurisdiction of Civil Courts Pune only.

4.16 Assignment

Neither the department nor the successful Bidder shall assign, in whole or in part, their obligations under this Contract, except with prior written consent of the other party.

Page 30: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

29

Section: 5 Guidelines for filling Response to

RFP

Page 31: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

30

5 Guidelines for filling Response to RFP

Section- A

5.1 Template for Pre-Qualification and Technical Proposal Proposal Response Letter

(To be submitted on the letterhead of the bidder)

{Location, Date}

To, Additional Director General of Police & Inspector General of Prisons Maharashtra State, Pune – 1 Ref: RFP Notification number

Subject: Submission of proposal in response to the RFP for “Supply, Installation & Testing of LED LFD for integration with Video Conferencing equipment at locations specified by the Maharashtra Prison Department”

Dear Sir,

Having examined the RFP document, we, the undersigned, herewith submit our proposal in response to your RFP Notification number………… for “Supply, Installation & Testing of LED LFD for integration with Video Conferencing equipment at locations specified by the Maharashtra Prison Department”

We have read the provisions of the RFP document and confirm that we accept these. We further declare that additional conditions, variations, deviations, if any, found in our proposal shall not be given effect to.

1. We agree to abide by this proposal, consisting of this letter, the detailed response to the RFP and all attachments, for a period of 180 days from the date of opening of financial proposals.

2. We would like to declare that we are not involved in any litigation that may have an impact of affecting or compromising the delivery of services as required under this assignment, and we are not under a declaration of ineligibility for corrupt or fraudulent practices.

3. We would like to declare that there is no conflict of interest in the services that we will be providing under the terms and conditions of this RFP.

4. We hereby declare that all the information and statements made in this proposal are true and accept that any misrepresentation contained in it may lead to our disqualification.

5. We understand you are not bound to shortlist/accept any or all the proposals you receive. 6. We hereby declare that we qualify and fulfil all the Prequalification criteria.

Page 32: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

31

Our correspondence details with regards to this proposal are:

S No Information Details

1. Name of Bidding firm:

2. Address and contact details of Bidding firm:

3. Firm Registration Number and Year of Registration

4. Web Site Address

5. Status of Company (Public Ltd., Pvt. Ltd., etc.)

6. Company’s Service Tax Registration No.

7. Company’s Permanent Account Number (PAN)

8. Company’s Revenue for the last 3 years (Year wise)

9. Name, Designation and Address of the contact person to whom all references shall be made regarding this RFP:

10. Telephone number of contact person:

11. Mobile number of contact person:

12. Fax number of contact person:

13. E-mail address of contact person: Date and number:

We hereby declare that our proposal submitted in response to this RFP is made in good faith, and the information contained is true and correct to the best of our knowledge and belief. Sincerely,

[FIRM’S NAME] Name

Title Signature Date and Stamp of the Signatory

Page 33: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

32

5.2 Guidelines for Preparation of Pre-qualification and Technical Proposal [Envelope A (A-1 and A-2)]

1. Annual Turnover Details of the Bidder

S.No Years Turnover Details (in Rs.)

A 2015 – 16

B 2014 – 15

C 2013 – 14

Average Annual Turnover (A+B+C) / 3

* Please include Audited Annual Statement/Auditor’s certificate in the Annexure to the

technical proposal. 2. Citations of the bidder

Sr. No.

Work Order for Client <name>

Date Details of Work Order / Purchase Order

Order Value Completion Certificate Available (Y/N)

1

2

3

Total of 1,2 and 3 *Please include the respective work orders & completion certificates in the Annexure to the

technical proposal. Additional documents

S.No Particulars Annexure in Proposal*

Page No of the Annexure in the Proposal

1. RFP Fee and EMD

2. Power of Attorney in favour of authorized

signatory

3. Bidder must be a registered company under the Indian Companies Act, 1956 or The Partnership Act, 1932

4. The bidder shall have an average annual turnover of Rupees 3 Crores in the last 3 years (2013-14, 2014-15, 2015-16)

5. VAT / Sales Tax Clearance Certificate upto 31st March 2016

6. PAN Card

Page 34: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

33

S.No Particulars Annexure in Proposal*

Page No of the Annexure in the Proposal

7. Income Tax Returns should be filed in the last 3 years (2013-14, 2014-15, 2015-16)

8. Manufacturer Authorization Form (MAF) from the Original Equipment Manufacturer (OEM) on their original letterhead for all Products (active components)

9. During last 3 years:

The Bidder should have satisfactorily executed / completed work / projects of value of minimum 30 lakhs of Supply of LED LFD Sets in Government of India / State Government / PSU / Semi-Government

10. The Bidder should not be blacklisted by PSU / Central Government / State Government/ Any Government Department as on date of submission of bid

11. The Bidder should have a valid ISO 9001-2008 certification as on date of submission

12. Technical Compliance Checklist

13. Service Center Details

14. RFP Acceptance Letter

*Please include the entire supporting documents in the Annexure to the technical proposal.

Please note:

1. A printed covering letter, on the bidding organisation's letterhead with all required information and authorised representative's initials shall be submitted along with the

proposal. In case the bidder edits the content of the proposal covering letter; it will be

treated as a non-responsive bid and shall be rejected. 2. The technical proposal should contain a detailed description of how the bidder will provide

the required services outlined in this RFP. It should articulate in detail, as to how the

bidder's Technical solution meets the requirements specified in the RFP. The technical

proposal shall not contain any pricing information. In submitting additional information, the bidder should mark it as supplemental to the required response.

3. Proposals must be direct, concise, and complete. Any information which is not directly

relevant to this RFP shall be omitted. The department will evaluate the bidder's proposal

Page 35: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

34

based upon its clarity and the directness of its response to the requirements of the project

as outlined in this RFP. 4. The bidder shall fill in the technical response as per the template provided failing to which,

the bid shall be treated as non-responsive and shall be rejected.

5.3 Guidelines for Preparation Financial Proposal [Envelope B]

1. The quantities mentioned in RFP document are subject to change. 2. The unit rate quoted will be binding upon the successful bidders irrespective of the actual

quantity requisitioned during the award of contract. 3. At the time of award of the contract, work order would be issued on the actual quantity to be

executed as decided by the department and work order amount would be adjusted as per the unit rate quoted in the bid. The total contract value would be the work order amount based on the actual quantity to be executed as decided by the department.

4. Unless expressly indicated, bidder shall not include any technical information regarding the services in the financial proposal.

5. Prices shall be quoted entirely in Indian Rupees. All prices should be rounded off to the nearest Indian rupees (If the first decimal value is 5 (five) or above it should be rounded up and below 5 (five) should be rounded down. In cases of discrepancy between the prices quoted in words and in figures, lower of the two shall be considered.

6. No adjustment of the contract price shall be made on account of any variations in costs of labour and materials or any other cost component affecting the total cost in fulfilling the obligations under the contract. The contract price shall be the only payment payable to the successful bidder for completion of the contractual obligations by the successful bidder under the Contract, subject to the terms of payment specified in the contract. The price quoted would be inclusive of all taxes, duties, and charges and levies as applicable. Prices quoted for all Hardware and Software shall be inclusive of supply at site, installation and testing. No extra payment on any account shall be admissible.

7. The prices, once offered, must remain fixed and must not be subject to escalation for any reason whatsoever within the period of project. A proposal submitted with an adjustable price quotation or conditional proposal may be treated as nonresponsive and rejected.

8. The amount stated in the financial Proposal, adjusted in accordance with the above procedure, shall be considered as binding on the Bidder for evaluation.

9. The bidder shall quote the total amount in online RFP and shall upload the soft copy of breakup of cost as detailed in the template provided Refer 5.4 failing to which, the bid shall be treated as non-responsive and shall be rejected.

Page 36: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

35

5.4 Template for financial proposal Details for Financial Proposal The bidder shall quote for all the items listed in the table below; failing to which, the bid shall be treated as non-responsive and shall be rejected.

Table: Cost Summary (Inclusive of all Taxes)

S. No Particulars

Please Refer Specs

Qty. Unit Rate (Rs.)

Amount (Rs.)

A B A x B

1. LED LFD with 5 year onsite comprehensive warranty

Section: 6 Annexure 254

Total Total (In Words)

Note:

a. The financial bid is to be prepared strictly in accordance to the format available on the e-Tendering portal.

b. In case of discrepancy in figures and words, the amount in words would prevail.

c. The department reserves the right to increase or decrease the quantity mentioned in the

above table.

Page 37: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

36

Section: 6 ANNEXURE

Page 38: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

37

6 ANNEXURE

6.1 Computer Hardware and Peripheral Quantity

6.1.1 Technical Specification

The bidder shall submit the below mentioned technical compliance of all products as part of

technical proposal on the OEM letter head duly signed and stamped by the same.

Proposed Brand- __________________ (Please Specify) Proposed Make/Model-_______________(Please Specify)

S. No. Parameter Specification Compliance

(Y / N / NA) Remarks

1. Screen Size (Diagonal) 48 inches 2. Display Type Full HD, LED 3. Resolution 1920 x 1080 Pixels 4. Response Time Maximum 12 milli-seconds 5. Aspect Ratio 16:9 6. Brightness Minimum 450 Nits 7. Contrast Ratio Minimum 1100:1 8. Dynamic Contrast Ratio Minimum 50000:1 9. Frequency

Requirement 50 Hz to 60 Hz

10. Power Consumption in Operating Mode

Less than 150 W

11. Sound In-built speakers, Minimum 10 W 12. Connectivity 2 x HDMI ports, 1 x Composite port,

Stereo mini jack, 1 x RS 232, 2 x USB (1 x USB 3.0 supported), 1 x RJ 45, 1x DVI-D port, VGA

13. Mounting Arrangement Wall Mount 14. Power Supply AC 100 - 240 V~ (+/- 10 %), 50/60

Hz

15. Accessories AC Power Cord, Remote Control, User Manual, Wall Mount Bracket, Necessary Cables And Connectors

16. RoHS Compliance CE/FCC 17. Energy Star

Compliance 5.0 or higher

18. BIS Registered under IEC60950-1 / IS13252

Yes

19. Warranty 5 Years Onsite Comprehensive Warranty

Page 39: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

38

6.2 Draft Agreement Draft of Agreement Format

This CONTRACT (hereinafter called the “Contract”) is made the ____day of the month of____between, on the one hand, Maharashtra Prison Department (the department)

and having its office at Pune hereinafter called “Department” (which expression shall,

unless it be repugnant to the context or meaning thereof, be deemed to include its

successor or successors and assignee or assignees) and, on the other hand

M/s______________________________ having its registered office at

___________hereinafter called the “Bidder” (which expression shall, unless it be

repugnant to the context or meaning thereof, be deemed to include its successor or

successors and assignee or assignees).

Whereas

a) The Department has selected the Bidder to provide services as per specifications mentioned in the bid document “Supply, Installation & Testing of LED LFD for integration with Video Conferencing equipment at locations specified by the Maharashtra Prison Department” and as defined in the General Conditions of the

Contract.

b) By filling the bid document and signing it the Bidder has agreed to the Department that they have the required professional skills, personnel, technical and financial

resources, and have agreed to execute the items in the bid document on the terms

and conditions set forth in this contractual bid document.

NOW THEREFORE the parties hereto hereby agree as follows: 1 The following documents attached hereto shall be deemed to form and integral part

of the Contract agreement.

a. The complete bid document including the common set of deviation issued from

time to time.

b. Minutes of the pre-bid meeting standard set of deviations/corrigendum, drawing

and instructions issued by the department.

c. Any other communications issued prior to signing of the agreement.

Page 40: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

39

IN WITNESS WHEREOF, the parties hereto have caused this contract to be signed in their respective names as of the day & year first above written. FOR AND ON BEHALF OF

MAHARASHTRA PRISON DEPARTMENT

The Purchaser, (Authorized Representative)

Witness:

1. ………………………………………… 2. …………………………………………

By Authorised Signatory FOR AND ON BEHALF OF M/S. …………………………

Witness: 1. ……………………………………….. 2. …………………………………………

Page 41: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

40

6.3 Format for Bank Guarantee Date: dd/mm/yyyy

To Additional Director General of Police & Inspector General of Prisons Maharashtra State, Pune – 1 Dear Sirs. Whereas you intent to enter into a contract, as per your Letter of Intent, Reference No. dated (Hereinafter referred to as "the contract") with M/s as vendor for the supply of defined in contracts schedule, (hereinafter referred to as "the goods / services") and whereas the vendor has undertaken to produce a performance cum warranty bond for amount of Rs being equal to ---% of the total contract value of the goods / services to be delivered as specified contract No dated referred to as "contract to secure its obligations to the beneficiary with respect to the goods specified in the invoice. We (Name of the Bank), hereby expressly, irrevocably, and unreservedly undertake and guarantee as principal obligators on behalf of the Seller that in the event that the beneficiary submits a written demand to us stating that the Seller has not performed according to the terms and conditions of the contract, we will pay you on demand and without demur any sum up to a maximum amount of (5% of the contract value). Any claims must bear the confirmation of your bankers that the signatures thereon are authentic. Your written demand shall be conclusive evidence to us that such written demand. For the avoidance of doubt any documents received by way of facsimile or similar electronic means is/are not acceptable for any purpose(s) under this guarantee. We shall not be discharged or released from this undertaking and guarantee by any arrangements, variations made between beneficiary and the seller or any forbearance whether as to payment, time performance or otherwise. In no case shall the amount of the guarantee be increased. Unless a demand under this guarantee is received by us in writing on or before the expiry date (unless this guarantee is extended by the seller), all your rights under this guarantee shall be forfeited and we shall be discharged from the liabilities hereunder. This guarantee shall be a continuing guarantee (which means guarantee will also be valid if the bank is in under liquidation or bankruptcy) and shall not be discharged by any change in the constitution of the bank or in the constitution of the Seller. Please return this letter of guarantee immediately after our liability thereafter has ceased to be valid. Our liability under this guarantee will cease to be valid even if the guarantee deed is not returned to us. This guarantee is personal to the beneficiary and not assignable to a third party without our prior written consent. This guarantee shall be governed by Indian Law. This guarantee is valid until the <<mention date>>. Signature and Seal of Guarantors Date Address:

Page 42: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

41

6.4 Power of Attorney Date: dd/mm/yyyy

To Additional Director General of Police & Inspector General of Prisons Maharashtra State, Pune – 1 Know by all men by these presents, We_ (Name of the Bidder and address of their registered office) do hereby constitute, appoint and authorize Mr. / Ms____ (name and residential address of Power of attorney holder) who is presently employed with us and holding the position of _ as our Attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our Proposal for the “Supply, Installation & Testing of LED LFD for integration with Video Conferencing equipment at locations specified by the Maharashtra Prison Department”, including signing and submission of all documents and providing information / responses to the Prison Department, representing us in all matters before Prison Department, and generally dealing with the Prison Department in all matters in connection with our Proposal for the said Project. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall always be deemed to have been done by us. For _ Name: Designation: Date: Time: Seal: Business Address: Accepted, _ (Signature) (Name, Title and Address of the Attorney) Note:

• The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

• The Power of Attorney shall be provided on Rs.100/- stamp paper. • The Power of Attorney should be supported by a duly authorized resolution of the Board of

Directors of the Bidder authorizing the person who is issuing this power of attorney on behalf of the Bidder.

Page 43: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

42

6.5 Format for Unconditional Acceptance to the RFP (To be submitted on the Letterhead of the responding company)

Date: dd/mm/yyyy

To Additional Director General of Police & Inspector General of Prisons Maharashtra State, Pune – 1 Sub: Unconditional Acceptance to the aforementioned RFP

RFP Reference No:

“I/we, the undersigned on behalf of M/s ……………………………… do hereby declare that, I/we accept all the terms and conditions laid down in this RFP document, any such corrigendum shall be deemed to be incorporated by this reference into this RFP. We also undertake that we are willing to bid for this RFP without any conditions apart from those mentioned in the RFP document.

Thanking you,

Yours faithfully,

Signature of Authorized Signatory (with official seal) Date :

Name :

Designation :

Address :

Page 44: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

43

6.6 Format for Declaration by the bidder for not being Blacklisted / Debarred, Adherence to Laws and No Conflict of Interest

(To be submitted on the stamp paper worth Rs. 100/-)

Date: dd/mm/yyyy

To Additional Director General of Police & Inspector General of Prisons Maharashtra State, Pune – 1 Sub: Declaration for not being debarred / black-listed by Central / any State Government department in India as on the date of submission of the bid, Adherence to Laws and No Conflict of Interest

RFP Reference No: I/we shall obey rules & regulation regarding child labour, sexual harassment labour fundamental rights applicable time to time. We are abraded to obey norms & rules set by government, forest, mines, human rights, no discrimination and anti-corruption activities.

“I/we, the undersigned on behalf of M/s ……………………………… do hereby declare that, I/we have not ever been blacklisted and there were no debarring action in past or in process against us/firm for any default in supply of material/equipment or any reason in the contract entrusted to us/firm and also no enquiry is pending against us/firms by any Government organization.

I/we guarantees to submit single RFP and no conflict and interests with the Purchasing Authority. All the uploaded documents are true and I am aware, If any document found fake/fabricated immediate debarring action and legal action will be taken against me/us at any stage. In the event of any such information pertaining to the aforesaid matter found wrong at any time at any given point of time during the course of the purchasing my RFP shall be liable for cancellation/ termination without any notice at the sole discretion of the purchaser.”

Thanking you,

Yours faithfully,

Signature of Authorized Signatory (with official seal)

Date :

Name :

Designation : Address :

Telephone & Fax :

E-mail address :

Page 45: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

44

6.7 Manufacturer’s Authorization Form

(To be submitted on the Letterhead of the OEM)

Date: dd/mm/yyyy To, Additional Director General of Police & Inspector General of Prisons Maharashtra State, Pune – 1 Ref: RFP Notification number Subject: Submission of proposal in response to the RFP for “Supply, Installation & Testing of LED LFD for integration with Video Conferencing equipment at locations specified by the Maharashtra Prison Department” Dear Sir, We ____________________ are established and reputed manufacturers of the following items: 1. <Name of the Item being supplied> 2. <Name of the Item being supplied > We do hereby authorize M/s ____________________ (Name & Address of the bidder) to offer their quotation, negotiate and conclude the contract with the department against the above invitation for RFP offer. We, M/s__ warrant all the equipment to be supplied by us against RFP No. Hereunder shall be brand new, free from all encumbrances, defects and faults in material. Workmanship and manufacturing shall be of the highest grade and quality and consistent with the established and generally accepted standards. Materials of the type ordered shall be in full conformity with the specifications, drawings or samples, if any, and shall operate properly. The items quoted by us for this RFP are not obsolete and are still in production. We, M/s.................also undertake that the spares of every equipment to be supplied by us hereunder shall be made available to Prison Department for a period of minimum 5 years from the date of final acceptance and also provide local support at the districts. We hereby extend our full guarantee and warranty as per terms and conditions of the RFP and the contract for the equipment and services offered against this invitation for RFP offer by the above firm. Place: Date: Manufacturer’s Company Seal: Authorized Signatory’s Signature: Authorized Signatory’s Name and Designation: Note: The letter of authority should be on the letterhead of the manufacturing firm and should be signed by authorized person of the manufacturer. Provide documentary evidence to substantiate the signatory is an authorized signatory for the manufacturing firm.

Page 46: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

45

6.8 Pre-Bid Query Format

Ref: RFP Notification <<>>

Name of the Bidder: Contact Address of the Bidder:

Pre-Bid Queries Format Name of the Bidder with contact details: Department Name: RFP Ref No.: RFP Name: Due Date: S. No.

RFP Page No.

RFP Clause No.

Clause Title

Queries / Clarification

Justification by Bidder

Signature: Name of the Authorized signatory:

Company seal: Date and Stamped

• To be submitted in the specified format in excel only to email id <[email protected]>

Page 47: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

46

6.9 Format for acceptance from officials of respective Courts

(To be submitted on the Letterhead of the court)

[Location, Date]

Date: dd/mm/yyyy

To, Additional Director General of Police & Inspector General of Prisons Maharashtra State, Pune – 1

Ref: RFP Notification number Work Order Number, Delivery Date, Installation Report etc.(to be filled by the bidder)

Subject: Acceptance to the Video Conferencing Equipment supplied in accordance to the referred RFP document and other related orders.

Dear Sir,

As per the above referred, we wish to confirm that <bidder name> has satisfactorily delivered, installed and tested the equipment to our office.

The details of the items supplied are as follows; Sr. No. Item OEM Make/ Version / Model No. Serial Number

1

N

We also certify that the equipment was installed and tested with the department specified video conferencing software.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Date and Stamp of the signatory

6.10 Tentative list of Courts where the items need to be delivered

Page 48: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

',e_)\ 1l

u-. of tt. Contact person and address of the Court

Civil & Crimind Coun, Akole r. S-s. V"trilt. System Administrator, Mob No :- 9423360211

il & Criminal Court, Akole-422601

Civil & Criminal . p.R. P"**J,.Sy""m Adrninisrator, Mob No :'9822471347

& Criminal Court, Shrigonda-413701

ffiator, Mob No :- 8412969000

& Criminal Coun, Rahuri-413705

ffit,rtstrator, Mob No :' 7588094510

ivil & Criminal Court Shevgaon'414502

.. G\i. M"khrl.Jt System Adminisuaror, Mob No :- 9860394401

Civil & Criminal Court, Karjat vil & Criminal Coun, Karjat4l4302

ffior, Mdb No :- 7709121418

I & Criminal Coun, Jamkhed413201

r V,S, Sonu*une, Jt. System Administrator, Mob No :' 9860356428

Civil & Criminal Coun, hahata ivil & Criminal Court, Rahata-423107

i S."py Xrttor"i (Assit. Supdt.) Mob No' 8390178314

il Juige (Jr.Dn), Ma.legaon Road, Patur, Tal-Patur, District

s) - 444 561

; P.uP"dhye Jtct"rk (TsA) Mob : 9890370986Coun, Anjaagaon Surji il Coun, Anjangaon Surji-444 705

A,D^S"yrik'r"tJ, Jr'Clerk(TSA) Mob t 94217 43L24

ivil Coun, Bhatkuli - 444 602

i .l.S.tCt"atut, Jr.Clerk (TSA) Mob :' 827 5277 28 4

Coun, Chandu; RailwaY- 444 964

ffi;,c-Dh,-,rl"Jr.Clerk (TSA) Mob :- 8149047778

Coun, DaryaPur - 444 803

O-S. Ch*a""khede, Jr.Clerk (TSA) Mob :7507002505

Couft, Dhamangaon RailwaY - 111709

ri C.O.Xit g., Jr.Cterk C|SA) Mob t- 9822044381

I Coun, Dharni - 444702

VVW"gtt, Jr.Clerk (TSA) Mob :- 8180802206

Court, Morshi - 111 905

Sh.t V,J"y K"*.e, Jr.Clerk (TSA) Mob z' 842171'64'4

Civil Coun, Nandgaon 1(}t,4447O8

Y.Gjr"*J"Cl.t1 6SA) Mob :' 9823509439

Couft,.Teosa - 111 9O3

Sheetl

Name of courts at DistricyTaluka Places where Video conferencing facility is required

he Civil & Criminal Coun, Rahuri

Mr G-S. D**J,.System Adminisuator, Mob No :- 9657055922

& Criminal Coun, Pathardi4l4lo2

ffinisuator, Mob No:- 94o5571663

il & Criminal Couft, Parner-414302

Civil & Criminal Court

Judge (Jr-Dn) & JMFC Co

I Coun, Nandgaon Kh.

Page 1 ot 26

Civil & Criminal

iI

I

I

ls

Page 49: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

:.\:)'

Sheetl

is..No. Name of the Courtsof the Contact person and address of the Court

CiviJ Court, Warud lSt[i US.Ct,oaU,JrCtert (rSA) Mob :- 9325216115lcivil Coun, Warud - 4 I I 906

4 turangabad

IrCivil Coun J.D., KhultabadI

Shri. D.S. Gulaskar, Jr. Clerk, Mob:- 9420264899,Civil Coru:t J-D., Khultabad, At post Krultabad,District. Aruaagabad - 431 101

i,icivil Coun J.D., phulambri

Shri. fuyajuddin Gazi Jr. Clerk, Mob :- 9923693881.Civil Coun J.D., Phulambrj, At post phulambri,District Aurangabad - 431 111

Beed

I

I

I

I

ivil Coun Junior Diyision, Dharur.

Shri. V. c. Gavad (T.S.A), Mob :- 9175709073livil Court, Dharur. Opp. Govt. LT.L, Ambatuli road, Dharur Tq. Dharur Dist.)eed 437 724.

Civil Court Junior DivisionWadwani.

Shri. Anis Qhaikh g.S.A), Mob:- 9423471880Civil Coun Wadwani Salimba road, Wadwani Tq. Wadwani Dist. Beed 43i144.

,C*if Coun Junior Division, Shimr.tti

Shri. P. P Andurkar. (T.S.A.), tutob :- AqZtSSiaStCivil Court, Shirur.Gomalwada road,Shirur Tq. ShirurDist. Beed 4t3 249.

iciril coun.lunior Division, patoda.thri. S. B. Mhetre Ct.S.A), Mob :- 9881681341Sivil CourtPatoda. p.V.p. College roa<|, paroda Tq. patoda Disr. Beed 414 204.

I

Sjvil Coun Junior Division, Ashri.;hri. P. P. Devale (T,S.A), Mob :.808734O889ljvil Ashti, Nagar road, Ashri, Tq. Ashti Disr. Beed 414 203.

Civil Coun Junior Djvjsibn, parali.Shri. S. C. Nirrnal (T.S.A), Mob:- 9673045200Civil Court, Parali, Sinchan Bhuwan Build., Ambaiogai Road, parli (V).431;15.

I Court Junior Divisionalgaon.

Shri. Atul Kulkami (T.S.A) , ttob :- qgetffiCivi.l Coun Majalgaon, Court road, Majalgaon Tq. Majalgaon Dist. Beed 431131.

6

iJt. civil Judge, Junior Divisio ;hri. A. S. Ninawe, Mob No. 9421274210)istrjct.Coun Complex, District Coun, Bhandara N. H. No.-6, Civiljnes, Bhaadara - 441 gO4.

Civil Judge Junior Division, Mohadj>nn 5, s. tsahadure, Mob No. 9423117863livil Court Complex, Civil Court, Mohadi, Near New Bas srand, Tumsa::oad, Mohadi- 441909.

Smt, S.S.Deshpande, Assrr.Supdt. phon.oZiOZEir oO3ivil Judge Jr.Dn., Motala, Tq-Motala,Dist_Buldana _ 443

Buldana

CJJD & JMFC, Mora.la

7

d Chandraour

Jivil Judge (Jr.Dn.) A .1.t,.t.p.lhadrawati

ru r L J. be.f(1w1!.Assn. s uperintendent, Mob.No.g82 2361 054\yayamandrr tsurldmg, Nagpur Road, Bhadrawari - 442 g}z

Page 2 of 26

Page 50: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

..rr : :'

@i4ittr[1i15ffi &efi M*+,i x

rtF

S.A.Sa1watkar, tustt. Superintendent, Mob.No. 8055248104

& Criminal Court, Station Road, Warora - 442 907

S.P. Zode, Asstt. SuPerintendent, Mob.No.9423643441'

ir Building Asifabad Road ura - 442 905

S.V.Soge, Asstt.SuPerintendent, Mob.No.8007180862

- 442702I and Criminal Court

1lrnf . Ct oJ-"te, AssttSuperi-ntendent, Mob'No'9403197071

& Criminal Court, C,/0. Girish Sonwane House, Chandrapur

li Road, M"i - 441224

Rl,,tfit"..rru, Assft . SuPerintendent, Mob'No'91'58952295

ivil & Criminal Smt. M Damke House, Saoli - 441 22!

R.n.F.angari, Asstt' Superintendent, Mob'No'8275141811Judge (Jr.Dn.) & J.M.F.c. I & Criminal Court, Nyafamandir Building,

ndewahi Sindewahi '441 222

hri. Uday PadhYe, TSA, Mob No. :'

ivil and Criminal Coun, Dhanora,- 9403701976Rented building of Shri Salve,

Police Starion. Dhanora - 455 325.

T. Al.1*"n1, Arsn. Superintendent, Tel' No' 07199-233048, M

9420360898, Shenda Road, Near Tahsil Office,

- 441 801

Sau J V Joshi, Asstt- Supdt, RooEo No.lllDistrict and Sessions Cour! Neu Shivaji Statue, Jalgaon

o2S7 -222? 7 69,0257 -223634 | (Exm. r u )Code :- 425001

of the Contact person and address of the Court

Judge (Jr.Dn.) & J.M.F

.i Kn. Xtt."t ., Asstt. Superintendent, Mob.No,942283599l

I & Criminal Court, Bhate Building, Own by NagarJudge (Jr.Dn.) & J.M.F.C

vil Judge (Jr.Dn.) & J.M.F

Judge (Jr.Dn.) & J.M.F

n-b.C"urk"r, Asstt. SuPerintendent, Mob.No'9421720924

ivil & Criminal Court, House of Shri Jagdish T' Gedam,'Near TahsilI Judge (Jr.Dn.) & J.M.F

Judge (Jr.Dn.) & J.MJ.C., Mul

ivil Judge (Jr.Dn.) & J.M.F

. D. N. Kute,tusm. Supdt, Mob:'9422230442,No.02563-256084, Civil Coun, J.D and JMFC, Shirpur Dist' Dhule'Cout, J.D. and J.M.F'C.,

and Criminal Coun, Dharora

,ri. p"uin Dhamange, TS,\ Mo.No.8275673236

vil and Criminal Couft, Armori, Near Tahsil Office, Delaiganj Road'and Crimind Coun,

Judge-3 & ASJ, Jatgaon

Judge-S & ASJ, Jatgaon

Judge-6 & ASJ, Jalgaon

Page 3 ol 26

Page 51: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

I

li

I

lSr.No.

13

i-,{ B. Jadhav, A"rtt, Srpdr. pil;;ril-;rD6:::,:s,jl]l.1l:i,o.,I'i o

1,,N" T ", e dic aJ c o I re g e,

:j: }Ld5":-Tgh sch o ol, r.t uka natkaiingale,aogaon-4I61 12.

.F:t.o.Mirhari,n@ijTl^9?rT, Junjor Division, Near police Starion, Kurundwad,'al. Shirol, Kurundwad - 416 106.

Fi1M.@::l-:":1, Junjor Dirnsion, Near potice Sta rion,

i"it .r,a Cri*i"ut Coun-I"ltuahuwadi

and CriminalingJaj laj - 416 so2.

Cou

AddirionlDrstrict Judge-6 aadJSessions Judge, Nagpur

Jr**.r- ,*r"r, *orSessions Judge, Nagpur

Judge-13 aadJudge, Nagpur

.J1mal, Jl..DsA, M"

t Court, Akashwani Square, Civil Lines Nag;;;;ffi:'Jama.l, Jt..DSA,t Court, Akashwani Square, Cjvil Lines Nil;;';;ffi. "

ameofthecontacrffi

Ciyil and Criminal Coun,K"S"l

H;y'o'sti"a.,@::l:""T

Junjor Divjsion, Kagal, Near Ranchayat Samiri,- lro z_t b.

and Crimina.l Cou6-Vadgaon

hriKishorM..lo.ti,@

":1l:*;,ry:r Djvision, pinhala, N;. i;; ffi;:- 476 207.

Fj v.s,si"i I c o u n .luni o r o i

"i, i o n, t t atk ap u r.i t a iJ*

"ar:1-ir r'0:.

hri shi. v.K i22337, Main Road, Ausa - 413520.

v.v. Kulkarni, J;. cl"rk;M.b No. :- 9421317 Bir/o*Brjf,3Road, Renapur - 473527.

Aslam Jamal, Jr. DSA, Mo%Disu-ict Coun, Akashwani Square, Civil Un", f.rap,iribOor.

Jamal, Jt. D'Court, Akashwdai Square, Ci"il Lin"rN;p*:;;tO;;: '

s.lam Jamal, "tt. Oisrict Coun, Akashwanj Square, Civil Li;* *;;,"r;;%r,

Judge.14 and slam Jamal, Jr.

:m.ic"T,,n!"rr,**isq rr Li"*'*;fu;;;"..,:]T -r1."1,

rt.. DsA, rr,r

Etnct Coun, Akashwani Square, Civil Lir.. fVlgp*fiOOof .

Disu-ict Judg'e-17 and fusjsta

-hoc Distrjct Judge-I and Addl TJ1"d, Jt. DsA!jct Coufi, Akashwaai Square, Ctvil Li... N;gp*:;;;;;.

Page 4 of 26

Judge-15 and

Page 52: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

/ql{-rj

She€t1

Sr.No. Name of the CourtsNarne of the Contact person and address of the Court

\d-hoc Disrict Judge-2 and Addl,Sessioru Judge, Nagpur

Jamal, Jt. DSA Mobile No.7620409774, ComPuter Section ,

t Court, Akashwani Square, Civil Lines Nagpur-440001'

Ad-hoc District Judge-4 and Asst.Sessions Judge, Nagpur

m Jimal, Jt, DS.\ Mobile No. 7620409774, Computer Section ,rict Court, Akashwani Square, Civil Unes Nagpur-440001.

I

I

\dditional Chief JudicialVlagiscate, Nagpur

*lam Jamal, Jt. DSA, Mobile No. 7620409774, Computer Section ,

)istrict Cor.rt, Akashwani Square, Civil Lines Nagpur-440001.

2"d Addicional Chief JudicialMagisuate, Nagpur

Jama.l, Jt. DSA, Mobile No,7620409774, computer seccion ,

t Coun, Akashwani Square, Civil Lines Nagpur440001.

7'I Jr. Civil Judge, Jr. Dn &

J.M.F.C., Nagpur (.p1. Cr. olArrociries on women) (Principal

Magistrate, Juvenile Justice Board,Nagpur

Aslam Jamal, Jt. DS& Mobile No. 7620409774, Computer Section ,

District Coun, Akashwani Square, Civil Lines Nagpur440001.

I

I

I

I

I

I

I

11'h Jt. Civil Judge, Jr.Dn.J.M.F.C., Nagpur (Spl. Ct.

Atrocities on women)

Io

lam Jamal, Jt. DSA, Mobile No. 7620409774, Computer Secrion ,

srict Coufi, Akashwani Square, Civil Lines Nagpur440001.

1" Jt. Civil Judge, Jr-Dn,

.M.F.C., Nagpur (DV Act)

Jama.l, Jt. DS& Mobile No.7620409774, Computer Secrion,

t Court, Akashwani Square, Civil Lines Nagpur-440001.

5'h Jr. Civil Judge Jr.Dn..M.F.C., Nagpur (D.V. Act)

Aslam Jamal, Jt. DSA, Mobile No. 7620409774, Computer Secrion,District Court, Akashwani Square, Civil Lines Nagpur-440001.

IRslam.lamal, Jt. DS& Mobile No. 7620409774, Computer Secrion,

Honble JMFC, Coun No 2, Nagpur lDisrrict coun, Akashwani Square, civil Lines Nagpur440001.

:lonble JMFC, Coun. No.

Nagpur

JJamal, Jt. DSA, Mobile No,7620409774, Computer Section,

i

t Court, Akashwan-i Square, Civil Lines Nagpur'440001. i

Honble IMFC, Court. No. 4

Nagpur

m Jamal, Jt. DS& Computer Section , District Court,rre, Civil Lines Nagpur-440001.

I

:lon'ble JMFC, Coun. No. 5

\lagpur

am Jamal, Jt. DSA Mobile No. 7620409774, Computer Section , i

rtrict Court, Akashwani Square, Civil Lines Nagpur440O01. !

Hon'ble JMFC, Couft. No. 6

Nagpur

A.t"^ J""r"t-Jt. DSn" UoUil. No.7620409774, Computer Section , i

District Court, Akashwani Square, Civil Lines Nagpur440001. irl

Hon'ble JMFC, Couft. No. 7

Nagpur

Jamal, Jt. DS& Mobile No'7620409774, Computer Secrion, i

t Coun, Akashwani Square, Civil Lines Nagpur440001. i

Hon'ble JMFC, Court. No. 8

Nagpur

mJamal, Jt. DSA! Mobile No. 7620409774' ComPuter Secrion,

rict Coun, Akashwani Square, Civil Lines Nagpur-440001'

Sonble J\4FC, Court. No' 9

)'lagpur

am Jamal, Jt. DSA, Mobile No. 7620409774' Computer Secfion ,;trict Court, Akashwani Square, Civil Lines Nagpur'440001'

Honble JMFC, Court. No. 10

Nagpur

Aslam Jamal, Jt. DSA! Computer Section , District Coun, Akashwani

Square, Civil Lines Nagpur-440001.

Jamal, Jt. DSA"Mobile No.7620409774, Cornputer Section ,

r Couft, Akashwani Square, Civil Unes Nagpur440001.1,

Le JMFC, corporarionNagpur

Page 5 ol 26

Page 53: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

\'.,

Sheetl

Sr.Nixame

of tUe couru Name of ttre Contact person and address of tbe Court

Hon'ble JMFC, Corporation CounNo. 2, Nagpur

Aslam Jamal, Jr. DSA, Mobile No, 76204097Z4, Compurer Secrion ,Disu-ict Coun, Akashwanj Square, Civil Lines Nagpur-440001.

l

l

Hon'ble JIvlFC, Motor Vehicle3orut, Nagpur

{slam Jamal, Jt. DS& Mobile No. 7620409774, Computer Secrion,District Coun, Akashwanj Square, Civil Lines Nagpur-440001.

3ivil Judge Jr. Dn.,'Bhiwapu-r ;hri. B. W. Meshram, TSA, Mobile No. pOZf Z5SSSS -3uildinS of dP.M.C., Bhiwapur Horue No. 1100, Bhiwapur - 441 ZOl,

Civil Judge Jr. Dn., Hingna.

imt. V. K Naugha-re, TSA, Mobile wo. SZ6+OZi639 -

Jouse of Sau. Archana Ashtankar, plot No.57, 1st Floor, Room No. 34 to+3 &44, Paachawati Pan, Hingna - 440 027

1.,r,.,,0r. rr. Dn., Kuhi

Shri. P. M. Welekar, TSA, Mobile No, 75eeeS6OO3

---Coun of Civil Judge, Junior Division and Judjcial Magisrate, First Class,Kuhi - 441 202

I

3iviJ Judge Jr. Dn., Kalmeshwar

Shri M. R- Bawane, TSA, Mobile No. 9158239291Building of Shri Shamrao Chairuji Bamba.l, Horse No.37, Brahmni,Kalmeshwar - 441 501

I

I

3ivil Judge Jr. Dn., Kamptee

Shri. A. R. Kumbhalkar, TSA, Mobile No. aoeZT,r,ir-Court ofCivil Judge, Junior Division and Judicial Magistrate, First Class,Kamptee - 441 202

Civil Judge Jr. Dn., Mouda

Shri.D.p.paril, TSA, Mobile No. areopoo610 ------------.-

?-uildin_8 of'giptain Kisanji Dhawde & Sau Meera Kisan Dhawade,

Horse No.2265 &2266, Mouda - 441 104

16 Nanded

Court of Civil Judge Jr. Div. ancIMFC, Degloor

Shri-Kachve, Jr. clerk, Mob. No. 9A9076262S!Civil Judge, Jr. Div. Degloor - 431717,

lourt of Civil Judge Jr. Div. andMFC, Dharmabad

>nn bur)rawanshr S.D,, ft, cJerk, Mob. No. 9503190487,3ivil Judge, Jr. Div. Dharmabad - 431 809.

lourt of Gvil Judge Jr. Djv. ancMFC, Hadgaon

>nn 5k. shalal, Jr. clerk, Mob. No. 9421.391640,Civil Judge, Jr. Div. Hadgaon - 431 713

Il

3ourt of Civil Judge Jr. Div. andIMFC, Himayauragar

,ll.rupr" u.S., Jr. cterk, Mob. No. 8888858712,3ivil Judge, Jr. Div. Himayahagar - 431 BO2

Court of Civil Judge Jr. Div. a-ncJMFC, Kinwat

)nn ADou.t MuJaheed, Jr. clerk, Mob. No. 99Z2S3l2lO,Civil Judge, Jr. Div. Kinwat - 431 804

Sourt of Civil Judge Jr. Djv. andIMFC, Loha

>nn yarodwad S.D., Jr. derk, Mob. No.96374l4lZL,Jivil Judge, Jr. Div. Loha - 431 7OB

lourt of Civil Judge Jr. Div. ancIMFC, Mahoor

)nn_unore 4.s., Jr. derk, Mob. No. 99916g4932,3ivil Judge, Jr. Div. Mahoor - 43t 704.

Court of Civil Judge Jr. Div. aadIMFC, Mukhed

)nn-)anganwar R., Jr, clerk, Mob. No, 9420gg6600,3ivil Judge, Jr. Div. Mukhed - 437 775

Page 6 ol 26

I

I

Page 54: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

Sr.No. Vame of the CourtsYame of the Contact person and address of the Court

Sourt of Civil Judge Jr. Div. and

IMFC, Naigaon

Shri Wattamwar S., Jr. derk, Mob. No. 8180063281,Sivil Judge, Jr, Div. Naigaon 431 709

Coun of Civil Judge Jr. Div. anc

,MFC, Umri

Shri KannalwarV.N., Jr. clerk, Mob. No.9423692225'Civil Judge, Jr. Div. Umri - 431 807

3oun of Civil Judge Jr. Div. anc

IMFC, Ardhapur

Shri Sardeshpande, AS., Mob. No. 9423441888,3ivil Judge, Jr. Div. Ardhapur - 431 704

Sourt of Civil Judge Jr. Div. and

IMFC, Mudkhed

Mrs. Godam A.S,, Jr. derk, Mob. No. 94231L7304,Civil Judge, Jr. Div. Mukhed - 431 806

77 Nashik

)istrict 'Juige-1 & Addiriona.Sessions Judge Nashik

Smt. Urmila Joshi-Phalke District Judge-l & Addl.Sessionsdudge anc

District Project Co0rdinator Nashik, Old Agra Road Near old CBS

Nashik. Contact No. 0253-2581483, Pin Code > 422 OO2

Iudicial Magistrate, F.C.(M.V.)3ourt Nashik Road

Shri. P. L. Ghule :- 02553-2450068Iudicial Magistrate, F.C. (M.v.) Court Nashik Road, Near Commissionet)ffce Barrac Nashik Road. Pin Code 1422 lol

District Judge-1 & Additionalsessions Coun Malegaon

Shri. R.S. Tiwari, Office; 0255+255774, Nodal officer,Distria Judge-1 & Additional Sessions Judge, Malegaon, Nea

Mausam Pool Malegaon, Pin code r 423 2O3

Sivil Judge Junior Division & JMFC

2impaJgaon

Shrj. M.R. Satav, Office 02550-252001, Nodal'officer,Civil Judge, J.D. & JMFC PimpalgaonNear Bus Stand Pimpalgaot- 422 209

I

Civil Judge Junior Division & JIvfF(Nandgaon

imt. P.R. Dandekar, Nodal of6cer, Office02552-2423323ivil Judge, J.D. & JIvIFC Nandgaonllear Railway Sradon Nandgaon - 423 106

3ivil Judge Junior Divi.Jon & JlvfF(;innar

Smt.S.N,Ratkanthwar- Jawadwar, Offi ce 02551-220424lodal officer, Civil Judge, J.D. & JMFC Sinnar3argaon Pimpri Road Sinnar - 422 103

Civil Judge Junior Division & JMF(Igatpuri

Shri. S.K.Dhekale, Nodal oEficer, Office 02553-244214Sivil Judge, J.D. & JMFC igatpuritin Lakadi Nr. Railway Hospital Igatpuri - 422 403

Civil Judge Junior Division &

IMFC Satana

Shri. S.M.Godse, Nodel officer, Office 02555-223349Civil Judge, J.D. & JMFC SatanaNear Civil Hospiral Satana - 423 301

18 Nandurbar

:JJD & JMFC Court, Akkalkuwai. Darshan Gawane, Jr. Clerk & TSA, Phone No. 02567-252067uer Incharge, CJJD & JMFC Coun, Akkalkuwa Dist. Nandurabr.Code :- 425 415

JJD & JI,IFC Court, Dhadgaon.ri. Girase N. L., Jr. Clerk & TS& Phone No. 02595-220269rver IncharSe, CrJD & JJFC Coun, Dhadgaon, Dist. Nandurbar.n Code :- 425 414

19losmanrura

Page 7 ot 26

Page 55: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

Sheetl

Sr.No Vame of the Courts Nameof theCo.rt""tffi

Civil Coun, J.D. & JMFC, Kallam.

rrur. DaDcaneo vtsnwalath Waghmare, Jr. ClerkMob. 82753 044"t] 9 / 0247 3 -Z6ZZLZLivil Coun, J.D. IGllamtq. Kalhm Dist, Osmanabad,)in code :- 413 507

20 Parbhani

3ivil Judge (J.D.) & JMFC,?urna

:,"1 *T. yarnan,.Assn.Supdr., Mob No. :- 986091.0819, Coun oi CjviJudte, Jurtor Divjsjon and Judjcial Magistrate, Fist Class, New TahsilCffice, Puma - 491 511 Dist.parbhani

Civil Judge (JD.) & JMFC, Sonpeth>nn y,M.Kharawane, Asstt.Supdt., Mob No,r 9422LZBg5g, Coun oj3ivil Judge, Junior Division and Judjcjal Magistrate, First Class, Vitaload, Sonpeth 431 516 Dist.parbhanj

-

Civil Judge (J.D.) & JMt(Coun,Palam

>nn L.s. Dahale, Assft.Supdt.,Mob No. 862383ZqtZt Sq2:rl'g}ctrloun of Civil Judge, Junior Djvisjon and Judicial Magistrate, First Classtlear Bhram Patil Vidrralava. Palam 4it 7?n Di<r D"rl.t --;

Civil Judge (JO.) e JMFC, Manwat)nfi b.u. Er488oya, Assrt.Supdr.,Mob No. 94O3886782, Coun of CivilIudge, Junior'Division and Judicial Magisrate, Fnrt Cl;; N";;"h";f,ffce, Pathri Road. Manwat - 431 soc rlid D.rl.l.--:

Civil Judge (J.D.) & JlvGC, Sengaon

>nn AJJ..Jadhav, Asstt.Supdt., Mob No, :- 9gg141924t], Coun of -iviJIudge, Junior Division and Judicjal Magjsrate, First Class, Goregaonload, Senagaon 431. S42 Diit.Hingoli

:ivil Judge (J.D.) & JMFC{urdha(N)

?q K!.caur, Assn.supdt., uo@Judge, Junior Divisjon and Judicjal Magisuate, First Class, tlear TehsilCffice, Arurdha CN) - q3f 70S Dist.Hinsoli

21 Pune

lantonment Cout, Khadkj)nn,5ruse, 9970O08037:antonrDent coun, Khadki, D'istrict-pune, 411003

Cjvil and Criminal Court, Bhor)nn .Lnauglue, 99235493903ivil and Crimind Court, Bhor, District-pune, 412206

Civil and Criminal Court, Indapur>nn. yarnan, 9 423430 492livil and Crimir.al Coun, Indapur, Distrjct_pune, 413106

:jvii and Criminal Coun, Shirur)on. Derao, 9y22339477Civil and Criminal Court, Shirur, District-pune, 4lZZlO

I

Civil ard Criminal CounGhodegaon

)rln. yaut, yy /o6d5279Civil and Criminal Court, Ghodegaon, District-puae. 412408

Civil aad Criminal Court, Junnar)nn. uangurde, 9 40329341,9livil and Criminal Coun, Jrurnar, bistrict_pune. 41OSo2

livil aad CrimiDal Court, VadgaorMava]

>nn. ueshpa.nde, 98S040031 0livil aad Criminal Court, Vadgaon Maval,)istrict-Puae, 412106

1a Raimd-Alibag

ljvil Court, Junior Divisjon, pen l."j: y..uarKar, Asst. suptd., Mob No. _ 9272304592,Civil Court Pen, At.po. pen, TaJ. pen, Djstrict naigad _ +OZ tOZ

Civil Court, Junior Division, Roha ii,,l: I.t. \,uno, Assr. suprd., Mob No. :_ 9922029551,livil Coun Roha, At.po. Roha, Tal, Roha, Disrict Raijad _ aO2 1Os

Page I of 26

Page 56: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

, Qt',

Sr.No. Vame of the Courts![ame of the Contact person and address of the Court

3ivil Court, Junior Division, PaliShri. N.A. Bhat, Asst. Suptd., Mob No. :- 9075406225,Civil Coun Pali, At.Po. Pali, Tal. Sudhagad, Disu'ict Raigad - 410 2Os

Civil Coun, Junior Division, Mahad;hri. U.M. curav, Asst. Suptd., Mob No. 9049848674,livil Coun Mahad, tu.Po. Mahad, Tal. Mahad,)istrict Raisad - 4O2 301

livil Coun, Junior DMsion, MurudD.S. Patil, tust. Suptd., Mob No. :- 9270019058,Coun Murud, At.Po. Murud, Tal. Murud,ict Raisad - 402 401

livil Court, Junior DivisionShriwardhan

Shri. H.P. Patil, Asst. Suptd., Mob No. :- 9823570036,livil Coun Shriwardhan, At.Po. Shriwardhan, Tal. Shriwardhan, DistricrRaigad - 402 110

Civil Coun, Junior Division, UranSmt. P.P. Palwankar, Asst. Suptd., Mob No. :- 9850873955,Sivil Coun Uran, At.Po. Uran, Tal. Uran, District Raigad - 400 702

Civil Coun, Junior Division, PanrrclSmt. KJ. Mokal, Asst. Suptd., Civil Coun Panvel, At.Po. Panvel, TalPanvel. Disu-ict Raisad - 410 206

Ratnagiri

Civil Coun, Junior Division andJudicial Magisrate, First Class,

Deonrkh.

D.G.M. Shaikh, Asstt. Superintendent, Mob No. :- 8446320490,Coun, Deonrkh, Tal. Sangmeshwar, Dist. Ratrragiri. - 415 804.

i

I

3ivil Court, Junior DivisionIudicial Magistrate, First ClLanja.

andass,

smt. V.V. Desai, Asstt. Supcrintendent, Mob No. t 9096728093,Sivil Coun, Lanja, IGnawaje wadi, Tal. Lanj4 Dist. Rauragiri - 416 701

Civil Court, Junior Division andIudicial Magistrate, First Class,Rajapur,

Shri. I.c.M. Shaikh, Asstt. Superintendent, Mob No.:- 9545713896,Civil Coun, Rajapur, Tal. Rajapur, Dist. Ratnagiri. - 416 7O2,

24 Sangli

3ivil Coun Senior Division, SangliJ.S. Sawant, As.st. Suptd., Phone No.:- 0233-2327907, Civil CounIunior Division, Rajwada Chowk, Sangli, Tal : Miraj, Disrict Sangli. Pin

- 416 476

livil Court Senior Division(adegaon

3.8. Jadhav, Asst. Suptd., Phone No.:- 02347-242942, Civil CotmJunior

)ivision. Kadesaon-Tadsar Road, Kadegaon, Pin - 415 304.

3ivil Coun Senior Division, ShiralaS.M. Mulla, Asst. Suptd., Phone No.:- 02345- 272065, Civil Coun Junior

Division, ST Stand Road, Shirala, - 415 408.

z> SindhuduSrg At Oros

Civil Coun (J.D.) & J.M.F.C.Dodamarg

Sou.C.V.Dalavi, Asstt.Supdt., Phone No. :- 02363-256688,Mob No. = 9960367229, Civil Corut (J.D.) & J.M.F.C., Dodamarg,District Sindhudus - 416 51.2.

26 Solapur

3ivil Judge Senior Division,;olapur

Sachin Sable, TSA., Mob No.9767524265,CMI Coun Sr. Div., Near Rangbhavan Chowk,District Coun Campus, Solapur - 413 006

Page I of 26

Page 57: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

i \oj

Sheeu

Sr.No, Name of the CourtsName of the Contact person and address of tle Court

3ivil Judgg Senjor DivisionPandharpur

)ilip Rahirkar, TsA, M;l No.9890s22436,-livil Court Sr. Div., Mdl, District Court Campru, Saagola Road,?andharpur - 413 304

livil Judge Junior Division2andharpur

A. M. Shaha, TS,\ Mob No.9890214346Civil Coun Jr. Div. Addl. District Coufi Campus, Sangola RoadPandharpur - 413 304

IMFC)andharpur

V, .4- Barure, Ji{FC, TSA., t"toU @3ampus, Sangola Road, pandharpur - 413 304

3ivil Judge Senior DivisionMalshiras

Sachin Bhalerao, TS,{., Mob No.c6i7913350,\lear P.W.D. Re,sr House, Malshiras - 413107

:ivil Judge Junior Division\4alshiras

{khil Darwajka-r, TSA., Mob No.eO6O<S6Se6,tJear P.W.D. Rest House, Malshiras - 413107

Addicional District Judge,Barshi

V. V. Naikwadi, TSA., Mob No.8275303075,Near Tahasil Office, Barshi - 413 401

Civil Judge Senior Divjsion, Barshilqbal Pathan, TSA., Mob No.937371a1aa,Near Tahasil Office, Barshi - 413 401

Civil Judge Junior Divjsion, Barshjr'. V. Naikwadi, TSA., Mob No.827530307s,\lear Tahasil Office, Barshi - 413 401

,MFC,Barshi

vijaya Ghante, TS.d, Mob No.9764989208,Near Tahasil Office, Barshi - 413 401

:ivil Judge Junior Division(armala

Shiwaj S. Baraskar, TSA., Mob wo.aesiZOeoelCivil Coun Jr. Div., Behind post

Cffice Road, Karmala-4l3 203

:ivil Judge Junior Divisionvlangalwedha

Kisan Wardhare, TSA., Mob No,SS6OZS6:SS,Near Mangalweda Po[ce Stn., Mangalweda - 413 205

Sivil Judge Junior Division, Madhallohon Kumbhar, TSA., Mob No.84t]2922020,Near Tahasil of6ce, Madha - 413 ZOg

3ivil Judge Junior Divisjon, Mohol\shok Gobbur, TSd, Mob f,to.StCSgZCOZ2,2andharpur Road, Mohol - 413 213

Civjl Judge Junior DivisionAkkalkot

Swapnil More, TSA., Mob No.8888555006,Civil Court, Neiu Old palace, Swami Samanhfemple Road, Akkalkot - 4L3 ZL6

Sivil Judge Junior 'DivisionSangola

r'. K Mahadik, TSA, Mob No.982244334L,Shivaji Chowk, Sangola - 413 307

Ihane

tCivil Court, Bhiwandi

Mr. Umesh Imade, Jr. Clerk & TSA., t tob No.Ca6oAi1S1---]fAd&: Old Mumbai-Agra M, Gulzar Nagar,Bhiwandi, Maharashtra 42l3)z

28 Wardha

District & Sessiors Coun, WatdhaShri. A" S. Qureshi, DSA, Mob No.9a2214a.8i:, Oi"t i.t & Sessions3ourt, Ciyii Line, Wardha - 442 OOI

Civil Judge Jr. Division, pulgaon shd. Vinod Thombre, TSd, Mob No. g6szazzsz4lil & c;n.rin;Court, Pulgaon - 442 3Oz

Pag€ 10 ol 26

Page 58: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

l)Sr.No. Name of the Courts

me ol the Contact person and address of the court

Judge Jr. Division, AshriShri. Amit Nagore TSA., Mob No.8087320635, Civil and Criminal

court, Punarwasan colony, fu hti-442002.

Civil Judge Jr, Division, Karanja(Ghadge)

Shri. Arul Bobade, TS,t, Mob No.7972093206, Civil and Criminal

Cotut, Near State Bank, Iiannja (Gh.)- 442 003

Civil Judge Jr. Division, SelooShri, Anil Wadbudhe, TSA., Landline no. 07155-221822, Civil and

Criminal Court, Nagpur Road, Seloo-442 104

29 Washim

Civil Coun MangrulpirShri. G,B. Nandekar, Asst. SuPt. Mob No.9403474491, CMI and

Criminal Court, Near Panchayat Samiri, MangruIPk - 444 403

Civil Coun ManoraP.M. Ade, Asst. Supt. Mob No. 9767767590, Civil and Criminal

, Vitholi Road, Manora ' 444 4O4

Civil Court Malegaonri. A.P. Shukla, Asst. SuPt. Mob No.9766452493, Civil and Criminal

ffi, Opp. Police Sradon, Malegaon ' aa 59!

30 Yavatmal

District & sessiors Coun, YavaunalShri N.A.Vyas, D.S.,A- Contact No.0723 2-2409 18,

District and.Sessions Cou:t Near Head Post office, Yavatrnal

Pin Code 445001

Mditional District & Sessionr

Court, Paadharkawada,DistYa'raunal

Shri S.L.Borsare,T.S.,q.Contact No.07235-228116,Nagar Parishabuilding Pandharkawada, Pin Code 445302

{dditional District & Sessioru

3ourt, Pusad, Dist.Yavagna.l

Shri Narendra Matane,T.S.d Contact N o. 07 233 -246527,Near BSNL Office, Pusad Pin No.4452O4

Mditional District & Sessions

Court, Darwha, Dist.YavatrnalShri S.H,Raut,T.S-A..Contact No.07238'255804Near Bas Stand, Darwha Pin Code 445202

CJ.J.D. & J.M.F.C. MahagaonShri Al.Damkondwar,T.S.d Contact No.07236-222253,Near Water Tank, Mahagaon, Pin Code 445205

:J.J.D. & J.M.F.C. MaregaonShri M.K.Vaidya,T.S.A. Contact No07237 -237265,

Near Tahasil Office, Maregaon, Pin Code 445303

CJJ.D. & J.M.F.C. WaniS hri P. M.D ho te,T.S.^a Contact N o.07 239 -22537 7,

lnfront of Tahasil Office, Chandrapur Road, Pin Cqde 445304

IJ.J.D. & J.M.F.C. UmarkhedShri Manjar Bin Musa,T.SA Contact No.07231-237426,Near Tahasil Office, Mahagaon Road, Umarkhed Pin No. 445206

IJ.J.D. & J.M.F.C. ZariJamntShri KR.Doharare,T.S.t Contact No,07237 -236699,

)Iear BSNL Offfice Zari-Jamni, Pin Code 445305

31Small Causes Coult Mumhai

rl Head Of6ce :

Shri. M.R.IGneOff Tel No.0 22 220887 0O / 22A887 49Mob No 19967438392Mdress: L.T. Road, Dhobi Talao, Mumbai

rl Bandra Branch :-

Shri. M.R.Kalecii i.L r.r".ozz 22o8sz 00/220887 4sMob No *967438392Mdress : Bhaskar Building, Anant Kanekar Marg, Bandra (East)

Mumbai - 400 051.

Page 11 of 26

Page 59: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

i t2)\'_J

Sheetl

Sr.No. \lame of tbe CourtsName ofthe Contact person and address oftbe Court

3Z iamily Courg Punevlr. Vaman. S. Rotithor, Jt. Cle*, Family Coun pune, 13 Sadashiv peth,/d & 9d' Floor'Bharti Vidyapeettr Bhavan, I.BS road, Near Aki faikies,)ule - 411 030.

33 Family Court, Nagpur

t

Shri, Mohd. Wasim Ur Rahman,Jt. Clerk (Computer Section)Mob No:9860430101Family Cor,rt, Nagpur, Premises of Suyog building,Beside G,P.O., NaSpur -444 001

5+ Family Court, Aurangabad

Shri ,A-V.Jadhav.3lerk / System Adrninlstrator,Family Court, Adalat Road. Aurangabad. Mobi.le No.9g8l062t20

35 Pamily Cour! AkolaShri A"W. Kolhatku, Jt. Clerk/IS,\ Mob No.9881234115, Family Courtrbove Subba-mangal Karyalaya, BirJa road, Tapadiya Nagar, Akola-442)05.

36 Family Court, TbanetF. \D. Hadke, Sr. Clerk, Mob No.8108600462, Family Coun thunIt & 46 Floor, Disrjct Coun Campus, Coun Naka, Opp. ioUector offcethaae.

37 Fa.mily Courq NashikSmt. Deepa S. Barve, Jr. Clerk, Mob No.9021709050Barrack No,10 & 11, Revenue commissioner of6ce compouad, MainGate, Nashik Road - 422 10L

38 iamily Court, SolapurP.M. Padeshi, Steno (fI.G), Mob No.92 262 25 g 68 / O2t7 -23 tSO 75Family Court, Solapur 935-A, Nonh Sadar Bazar, Old Kankubai EyrHospital building, Civil chowk, Solapur-413 003.

39 Family Court Nanded

Shri. S.M. Narwade, Jr. Clerk, Incharge Compurer a*d""Jh.r. -)2462-230355, 02462-230357, Mob No.9970820500, Family Court.

\landed, Dr, Wadekar buildinglNgar Shivaji Starue, Nanded-431601.

40 Fanily Courg Kolhapur!mt. Shushma P. Paril, Systerh Adm., Mob No.9370063494,iamily Court Kolhapur, Opp. C.R. Hospital, Bhausingji Road, Kolhapur- 416 002

41 Pamily Cour! Mrrmbaiihri Sushrut T. Mohite, System Administrator, Mminirt utl"" Uuifairrg,'8" Wing Bandra East, BKC, Mumbai 4OOOS1. Tel-022-2679t27}[email protected]

Tota 187 Units required for Video Conference faciliry.

Note :-

.n District JaJn4 Satara, Ciry Civilud Sessions Courts, evlM, and:'amily Courts at Amnvati Videc3onferencing facilty are nol:equired

Page 12 ol 26

Page 60: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

+.Gò xÉÊ´ÉxÉ ªÉÖÊxÉ]õ EòÉ®úÉMÉÞ½þ ´É xªÉɪÉÉ±ÉªÉ ªÉÖÊxÉ]õ

1 ÊVɱ½þÉ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ +Éè®ÆúMÉɤÉÉnù b÷Ò Ë´ÉMÉ (b÷É´ªÉÉ ¤ÉÉVÉÚ±ÉÉ) iɳý¨ÉVɱÉÉ , ¡òÉ쨺ÉÇ

+ìhb÷ º]äõ¶ÉxÉ®úÒ ¯û¨ºÉ xªÉ Êb÷º]ÅõÒE]õ EòÉä]Çõ ʤɱb÷ÓMÉ +Éè®ÆúMÉɤÉÉnùò

1

2 ÊVɱ½þÉ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ +Éè®ÆúMÉɤÉÉnù b÷Ò Ë´ÉMÉ (b÷É´ªÉÉ ¤ÉÉVÉÚ±ÉÉ) 4 lÉÉ ¨ÉVɱÉÉ,

EòÉìx¡ò®ÆúxºÉ ½þÉì±É, xªÉ Êb÷º]ÅõÒE]õ EòÉä]Çõ ʤɱb÷ÓMÉ +Éè®ÆúMÉɤÉÉnùò

1

3 ÊVɱ½þÉ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ +Éè®ÆúMÉɤÉÉnù b÷Ò Ë´ÉMÉ (=VÉ´ªÉÉ ¤ÉÉVÉÚ±ÉÉ) 4 lÉÉ ¨ÉVɱÉÉ,

EòÉìx¡ò®ÆúxºÉ ½þÉì±É, xªÉ Êb÷º]ÅõÒE]õ EòÉä]Çõ ʤɱb÷ÓMÉ +Éè®ÆúMÉɤÉÉnùò

1

4 ´ÉäèVÉÉ{ÉÚ®ú EòÉä]Çõ ´ÉèVÉÉ{ÉÚ®ú EòÉä]Çõ {ÉÊ®úºÉ®ú ´ÉèVÉÉ{ÉÚ®ú +Éè®ÆúMÉɤÉÉnù 1

5 ÊVɱ½þÉ xªÉɪÉÉ±ÉªÉ xÉÉMÉ{ÉÚ®ú b÷ÒVÉä-2 Bhb÷ BBºÉVÉä (º{Éä¶É±É EòÉä]Ç ]õÉb÷É ´É ¨ÉÉäEEòÉ ) ¯û¨É

xÉÆ. 707 7 ´ÉÉ ¨ÉVɱÉÉ xªÉɪɨÉÆnùÒ®ú ʤɱb÷ÒMÉ xÉÉMÉ{ÉÚ®úùò

1

6 ÊVɱ½þÉ xªÉɪÉÉ±ÉªÉ xÉÉMÉ{ÉÚ®ú 516, 5 ´ÉÉ ¨ÉVɱÉÉ xªÉɪɨÉÆnùÒ®ú ʤɱb÷ÒMÉ xÉÉMÉ{ÉÚ®úùò 1

7 ÊVɱ½þÉ xªÉɪÉÉ±ÉªÉ xÉÉMÉ{ÉÚ®ú ºÉäEÆòb÷ BºÉÒVÉäB¨É, 304, 3 ®úÉ ¨ÉVɱÉÉ xªÉɪɨÉÆnùÒ®ú ʤɱb÷ÒMÉ

xÉÉMÉ{ÉÚ®úùò

1

8 ÊVɱ½þÉ xªÉɪÉÉ±ÉªÉ xÉÉMÉ{ÉÚ®ú EòÉä]Çõ xÉÆ. 1 EòÉ{ÉÉæ®äú¶ÉxÉ ºÉ¨ÉÉä®ú VÉÖxÉÒ Ê¤É±b÷ÒMÉ xÉÉMÉ{ÉÚ®úùò 1

9 ÊVɱ½þÉ xªÉɪÉÉ±ÉªÉ xÉÉMÉ{ÉÚ®ú ºÉÆMÉhÉEò EòIÉ ºÉÖªÉÉäMÉ Ê¤É±b÷ÒMÉ xÉÉMÉ{ÉÚ®úùò 1

10 ÊVɱ½þÉ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ xÉÉʶÉEò xªÉɪɨÉÆnùÒ®ú xÉÉʶÉEòùò 1

11 ÊVɱ½þÉ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ xÉÉʶÉEò xªÉɪɨÉÆnùÒ®ú xÉÉʶÉEòùò 1

12 ÊVɱ½þÉ xªÉɪÉÊvɶÉ-1 ¨ÉɱÉäMÉÉÆ´É, xªÉɪɨÉÆnùÒ®ú ¨ÉɱÉäMÉÉÆ´Éùò 1

13 ÊVɱ½þÉ xªÉɪÉÊvɶÉ-1 ¨ÉɱÉäMÉÉÆ´É, xªÉɪɨÉÆnùÒ®ú ¨ÉɱÉäMÉÉÆ´Éùò 1

14 ÊVɱ½þÉ xªÉɪÉÉ±ÉªÉ {ÉÖhÉä ÊVɱ½þÉ xªÉɪÉÉ±ÉªÉ {ÉÊ®úºÉ®ú ʶɴÉÉVÉÒxÉMÉ®ú {ÉÖhÉä-5ùò 1

15 ÊVɱ½þÉ xªÉɪÉÉ±ÉªÉ {ÉÖhÉä +ÊiÉÊ®úCiÉ ÊVɱ½þÉ xªÉɪÉÉ±ÉªÉ ¤ÉÉ®úɨÉiÉÒ {ÉÖhÉä-2ùò 1

16 ÊVɱ½þÉ xªÉɪÉÉ±ÉªÉ {ÉÖhÉä ʺɴ½þÒ±É +ìhb÷ ÊGòʨÉxÉ±É EòÉä]Çõ ´Éb÷MÉÉ´É-¨Éɴɳý ÊVɱ½þÉ {ÉÖhÉä-6ùò 1

17 ÊVɱ½þÉ xªÉɪÉÉ±ÉªÉ {ÉÖhÉä ʺɴ½þÒ±É +ìhb÷ ÊGòʨÉxÉ±É EòÉä]Çõ nùÉéb÷ ÊVɱ½þÉ {ÉÖhÉä-3ùò 1

18 ÊVɱ½þÉ xªÉɪÉÉ±ÉªÉ {ÉÖhÉä ʺɴ½þÒ±É +ìhb÷ ÊGòʨÉxÉ±É EòÉä]Çõ Ë{É{É®úÒ ÊVɱ½þÉ {ÉÖhÉä-18ùò 1

19 ÊVɱ½þÉ xªÉɪÉÉ±ÉªÉ {ÉÖhÉä ʺɴ½þÒ±É +ìhb÷ ÊGòʨÉxÉ±É EòÉä]Çõ {ÉÖhÉä Eìòx]õÉäxɨÉå]õ 35 B¨É VÉÒ ®úÉäb÷

ÊVɱ½þÉ {ÉÖhÉä-1ùò

1

20 ÊVɱ½þÉ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ +½þ¨ÉnùxÉMÉ®ú 1

21 ÊVɱ½þÉ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ +¨É®úÉ´ÉiÉÒú 2

22 ÊVɱ½þÉ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ SÉÆpù{ÉÖ®úú 2

23 ÊVɱ½þÉ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ EòÉä±½þÉ{ÉÖ®úú 2

Page 61: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

+.Gò xÉÊ´ÉxÉ ªÉÖÊxÉ]õ EòÉ®úÉMÉÞ½þ ´É xªÉɪÉÉ±ÉªÉ ªÉÖÊxÉ]õ

24 ÊVɱ½þÉ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ ùxÉÆÉnäùb÷ú 2

25 ÊVɱ½þÉ ´É ºÉjÉ xªÉɪÉÉÊvÉ¶É 1 +ÉÊhÉ B.BºÉ.VÉä.{ÉÉfø®úEò´Éb÷É 1

26 ÊVɱ½þÉ xªÉɪÉÉÊvÉ¶É 1 +ÉÊhÉ B.BºÉ.VÉä {ÉÖºÉnù xªÉɪɨÉÆnùÒ®ú ]äõʱɡòÉäxÉ +ÉìÊ¡òºÉ Vɴɳý {ÉÖºÉnù

ÊVɱ½þÉ ªÉ´ÉiɨÉɳý

1

27 ÊVɱ½þÉ xªÉɪÉÉ±ÉªÉ Ê¦É´ÉÆb÷Ò 1

28 ÊVɱ½þÉ ´É ºÉjÉ xªÉɪÉÉÊvÉ¶É ¯û¨É xÉÆ.102 ʶɴÉÉVÉÒ xÉMÉ®ú {ÉÖhÉä – 5 1

29 BC{ɱÉäxÉäb÷ EòÉä]Çõ ¨É½þÉxÉMÉ®ú {ÉÉʱÉEòÉ ¨ÉÉMÉÇ ¨ÉÆÖ¤É<Ç – 1 1

30 ¤Éä±ÉÉbÇ÷ Ê{É+®ú EòÉä]Çõ iɳý ¨ÉVɱÉÉ ®äú±´Éä ¨ÉìxÉäVÉ®ú ʤɱb÷ÓMÉ ¨ÉÆÖ¤É<Ç 1

31 UôjÉ{ÉiÉÒ Ê¶É´ÉÉVÉÒ ]ǫ̃ÉxÉxºÉ ®äú±´Éä EòÉä]Çõ ¨ÉÖƤÉ<Ç 1

32 ¨ÉÉZÉMÉÉ´É EòÉä]Çõ xªÉÉªÉ ¨ÉÆnùÒ®ú ¨ÉÉZÉMÉÉ´É ¨ÉÖƤÉ<Ç 10 1

33 nùÉnù®ú EòÉä]Çõ ¦ÉÉä<Ç ÉÉb÷É {ÉÉä±ÉÒºÉ º]ä¶ÉxÉ Vɴɳ ºÉÆiÉ{ÉÉ´ÉÖ±É ®úÉäb÷ý ¨ÉÆÖ¤É<Ç -14 1

34 EÖò±ÉÉÇ EòÉä]Çõ ,EÖò±ÉÉÇ EòÉä]Çõ ʤɱb÷ÓMÉ EÖò±ÉÉÇ ({É) ¨ÉÖƤÉ<Ç 70 1

35 Ê´ÉGòÉä³ýÒ EòÉä]Çõ,EòzɨɴÉÉ®ú xÉMÉ®ú Ê´ÉGòÉä³ýÒ {ÉÖ´ÉÇ ¨ÉÖƤÉ<Ç 83 1

36 ¨ÉÖ±ÉÖb÷ EòÉä]Çõ iɳý¨ÉVɱÉÉ ]õÉä{ÉÒ´ÉɱÉÉ EòÉì±ÉäVÉ Vɴɳý ¨ÉÆÖ¤É<Ç 80 1

37 ÊMÉ®úMÉÉ´É EòÉä]Çõ, ½þ®úÊEòºÉxÉnùÉºÉ ½þÉìº{ÉÒ]õ±É Vɴɳý ¨ÉÖƤÉ<Ç 4 1

38 ˶Énäù´ÉÉb÷Ò EòÉä]Çõ,iɳý¨ÉVɱÉÉ ¨ªÉÖÊþxɺÉÒ{É±É Ê¶ÉÆnäù´ÉÉb÷Ò EòÉä]ÇõnùÉnù®ú ¨ÉÖƤÉ<Ç-14 1

39 ¨ÉÖƤÉ<Ç ºÉå]Åõ±É ]ǫ̃ÉxɺÉõ(®äú±´Éä) EòÉä]Çõ-¨ÉÖºÉå]õ Ê®úZÉ®ú´½äþ¶ÉxÉ ½þÉì±É Vɴɳý ¨ÉÆÖ¤É<Ç ºÉå]Åõ±É ¨ÉÖƤÉ<Ç -8 1

40 ´ÉÉÆpäù EòÉä]Çõ ¦ÉɺEò®ú ʤɱb÷ÓMÉ ¨ÉÖƤÉ<Ç -51 1

41 +ÉÆvÉä®úÒ EòÉä]Çõ, +É®úºÉÉ ½þÉì]äõ±É,+ÉMÉ®úEò®ú SÉÉèEò,¨ÉÖƤÉ<Ç -69 1

42 ʴɱÉä{ÉɱÉæ EòÉä]Çõ,ʴɱÉä{ÉɱÉæ ({ÉÚ) ¨ÉÖƤÉ<Ç -57 1

43 ¤ÉÉä®ú´É±ÉÒ EòÉä]Çõ,¤ÉÉ®úҴɱÉÒ Ê¤É±É±bÆ÷ÒMÉ,SÉÆnùÉ´É®úEò®ú ±ÉäxÉ ¨ÉÖƤÉ<Ç-92 1

44 ¨ÉÖJªÉxªÉɪÉÉÊvɶÉÉSÉä EòÉä]Çõ,xÉMÉ®ú Ênù´ÉÉÊhÉ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ ¨ÉÖƤÉ<Ç 32 xªÉɪÉÉ±ÉªÉ Gò 19 1

45 ºÉä¶ÉxÉ EäòºÉäºÉ EòÉä]Çõ,xÉMÉ®ú Ênù´ÉÉhÉÒ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ VÉÖÊxɺÉÊSÉ´ÉÉ±ÉªÉ Gò 16 1

46 º]äõ]õ +ìx]õÒEò®ú{¶ÉxÉ EòÉä]Çõ,xÉMÉ®ú Ênù´ÉÉÊhÉ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ VÉÖxÉÒ ºÉÊSÉ´ÉÉ±ÉªÉ <¨ÉÉ®úiÉ ¨ÉÖƤÉ<Ç

32 xªÉɪÉÉ±ÉªÉ Gò 32

1

47 ºÉä¶ÉxÉ +ìb÷{¶ÉxÉ EäòºÉäºÉ EòÉä]Çõ xÉMÉ®ú Ênù´ÉÉhÉÒ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ VÉÖxÉÒ ºÉÊSÉ´ÉÉ±ÉªÉ <¨ÉÉ®úiÉ

¨ÉÖƤÉ<Ç 32 xªÉɪÉÉ±ÉªÉ Gò. 34

1

48 ºÉä¶ÉxÉ EäòºÉäºÉ EòÉä]Çõ xÉMÉ®ú Ênù´ÉÉhÉÒ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ VÉÖxÉÒ ºÉÊSÉ´ÉÉ±ÉªÉ <¨ÉÉ®úiÉ ¨ÉÖƤÉ<Ç 32

xªÉɪÉÉ±ÉªÉ Gò. 39

1

Page 62: REQUEST FOR PROPOSAL (e-Tender) Supply, Installation & …mahaprisons.gov.in/Uploads/...2dbb-4805-abd5-105518a9434dMPDR… · LFD Large Format Display MAF Manufacturer Authorization

+.Gò xÉÊ´ÉxÉ ªÉÖÊxÉ]õ EòÉ®úÉMÉÞ½þ ´É xªÉɪÉÉ±ÉªÉ ªÉÖÊxÉ]õ

49 BxÉ b÷Ò {ÉÒ BºÉ EäòºÉäºÉ EòÉä]Çõ xÉMÉ®ú Ênù´ÉÉhÉÒ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ VÉÖxÉÒ ºÉÊSÉ´ÉÉ±ÉªÉ <¨ÉÉ®úiÉ

¨ÉÖƤÉ<Ç 32 xªÉɪÉÉ±ÉªÉ Gò. 43

1

50 ºÉÒ ¤ÉÒ +ÉªÉ EäòºÉäºÉ EòÉä]Çõ xÉMÉ®ú Ênù´ÉÉhÉÒ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ VÉÖxÉÒ ºÉÊSÉ´ÉÉ±ÉªÉ <¨ÉÉ®úiÉ ¨ÉÖƤÉ<Ç

32 xªÉɪÉÉ±ÉªÉ Gò. 47

1

51 º]äõ]õ B. ºÉÒ. ¤ÉÒ EäòºÉäºÉ EòÉä]Çõ xÉMÉ®ú Ênù´ÉÉhÉÒ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ VÉÖxÉÒ ºÉÊSÉ´ÉÉ±ÉªÉ <¨ÉÉ®úiÉ

¨ÉÖƤÉ<Ç 32 xªÉɪÉÉ±ÉªÉ Gò. 50

1

52 ºÉÒ ¤ÉÒ +ÉªÉ EäòºÉäºÉ EòÉä]Çõ xÉMÉ®ú Ênù´ÉÉhÉÒ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ VÉÖxÉÒ ºÉÊSÉ´ÉÉ±ÉªÉ <¨ÉÉ®úiÉ ¨ÉÖƤÉ<Ç

32 xªÉɪÉÉ±ÉªÉ Gò. 52

1

53 ]õÉb÷É EäòºÉäºÉ EòÉä]Çõ xÉMÉ®ú Ênù´ÉÉhÉÒ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ VÉÖxÉÒ ºÉÊSÉ´ÉÉ±ÉªÉ <¨ÉÉ®úiÉ ¨ÉÖƤÉ<Ç 32

xªÉɪÉÉ±ÉªÉ Gò. 54

1

54 ¨ÉÉäCEòÉ EäòºÉäºÉ EòÉä]Çõ xÉMÉ®ú Ênù´ÉÉhÉÒ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ VÉÖxÉÒ ºÉÊSÉ´ÉÉ±ÉªÉ <¨ÉÉ®úiÉ ¨ÉÖƤÉ<Ç 32

xªÉɪÉÉ±ÉªÉ Gò. 56

1

55 ¨ÉÉäCEòÉ EäòºÉäºÉ EòÉä]Çõ xÉMÉ®ú Ênù´ÉÉhÉÒ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ VÉÖxÉÒ ºÉÊSÉ´ÉÉ±ÉªÉ <¨ÉÉ®úiÉ ¨ÉÖƤÉ<Ç 32

xªÉɪÉÉ±ÉªÉ Gò. 57

1

56 ¡òɺ]õ ]ÅìõEò EòÉä]Çõ ʶɴÉb÷Ò xªÉɪÉÉ±ÉªÉ ºÉÆJªÉÉ-1 1

57 ¡òɺ]õ ]ÅìõEò EòÉä]Çõ ʶɴÉb÷Ò xªÉɪÉÉ±ÉªÉ ºÉÆJªÉÉ-1 1

58 Ênùb÷Éå¶ÉÒ ÊºÉ]õÒ ÊºÉ´½þÒ±É +ìxb÷ ºÉä¶ÉxºÉ EòÉä]Çõ xªÉɪÉÉ±ÉªÉ ºÉÆJªÉÉ-1 1

59 ÊVɱ½þÉ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ ÊVɱ½þÉÊvÉEòÉ®úÒ EòɪÉÉDZɪÉɺɨÉÉä®ú EòÉä]ÇxÉÉEòÉ `öÉhÉä ({É.)-1 1

60 +ÊiÉÊ®úCiÉ ÊVɱ½þÉ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ Eò±ªÉÉhÉ º]äõ¶ÉxÉVɴɳý Eò±ªÉÉhÉ-1 ÊVÉ. `öÉhÉä 1

61 +ÊiÉÊ®úCiÉ ÊVɱ½þÉ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ B¨É.+ɪÉ.b÷Ò.ºÉÒ. ®äúÉb÷ {ÉɱÉPÉ®ú ÊVÉ. `öÉhÉä 1

62 ÊVɱ½þÉ ´É ºÉjÉ xªÉɪÉÉ±ÉªÉ ´ÉºÉ<Ç, ÊEò±±ÉÉ ®úÉäb÷ ´ÉºÉ<Ç ÊVɱ½þÉ `öÉhÉä 1

63 ʺɴ½þÒ±É +ìxb÷ ÊGòʨÉxÉ±É EòÉä]Çõ, SÉÉä|ÉÉ EòÉä]Çõ =±½þɺÉxÉMÉ®ú ÊVɱ½þÉ `öÉhÉä 1

64 ʺɴ½þÒ±É +ìxb÷ ÊGòʨÉxÉ±É EòÉä]Çõ ºÉå]Åõ±É MÉ´½Çþ®ú¨Éå]õ ´ÉɶÉÒ xÉ´ÉÒ ¨ÉÖƤÉ<Ç 1

BEÖòhÉ 68