Documente Academic
Documente Profesional
Documente Cultură
All firms who are not specifically registered with DGS&D or NSIC for the
tendered stores as per tender enquiry specifications are required to submit
Earnest Money as mentioned above along with their offer as per instructions
to bidders for e-Submission of bids. Registration with any other
organization will not exempt them from depositing Earnest Money. As per
Government policy, PSUs are also not exempted from depositing Earnest
Money.
SIGNATURE OF THE TENDERER
Page 2 of 62
1. Purchaser : The President of India.
5.2 Service Centre: OEM should have their service centre in India
irrespective of the fact whether OEM is participating
directly or through Indian agent to ensure prompt
after sales service support. If OEM service centre is
not available in India then offer of bidder is liable to
be rejected. Details of repair setup and contact
person of the service centre should also be enclosed
with the tender documents.
Page 3 of 62
13. Purchaser reserves the right to increase/decrease the number of consignees and
change the consignee(s) and quantity of stores allotted to them.
14. Purchaser reserve the right to get the manufacturing capacity of all firms re-
verified irrespective of the registration status.
15. Purchaser reserves the right to cancel/scrap the tender enquiry without assigning
any reason at any stage.
16. Purchaser reserves the right to increase or decrease the quantity at any stage.
17. PLACE OF SUBMISSION OF TENDER DOCUMENTS: Manual documents, as
asked in clause 23, sealed in envelope duly mentioning tender enquiry no. and
brief description of store are to be dropped in the Tender Box (ADM) kept at
Reception-2, Directorate General, CRPF, Block No-1, CGO Complex, Lodhi
Road, New Delhi-03 before specified date and time mentioned in the Schedule of
the Tender. Bidders can also submit manual documents through Post but
purchaser will not be responsible for any postal delay due to any reason.
Late/Delayed/Non submission of original documents would result in
rejection of bid during online bid opening.
18. TENDER SAMPLE FOR TECHNICAL EVALUATION: Tentative date for field trial/
sample evaluation is w.e.f 02/08/2018 onwards. Tenderer will be required to
produce sample of their /quoted model of Mini UAV with allied accessories for
Field Trial/Technical Evaluation, as per tender enquiry specification (Appendix-
A) by board of officers (to be detailed by DG CRPF or his authorized
representative). Offers of those bidders are liable to be ignored, who will not
submit UAVs with allied accessories for evaluation and whose samples are not
found as per tender enquiry specification. Price bids of only those bidders will be
opened whose technical bids as well as product are found acceptable. After
technical evaluation, successful tenderers will be required to deposit the evaluated
sample with the Department for comparison with bulk supply which will be
returned after completion of supply.
Note:- Field trial of mini UAV will be conducted at Chhattisgarh Field Camp
Location. Offers of those bidders are liable to be ignored who will not submit
UAVs with allied accessories at our Field Camp Location in Chhattisgarh.
i. OEM certificates and Lab Test report of Govt Lab or National
Accreditation Board for Testing and Calibration Laboratories(NABL)
approved laboratory or International Laboratory Accreditation Corporation
(ILAC) accredited laboratory as per Trial directives (TDs) for which Lab is
authorized for the parameters mentioned in the QRs is required at the
time of field trial/ sample evaluation.
19. The price bids of the bidders whose technical offers are acceptable will be opened
and order would be considered on the lowest bid subject to their capacity and
performance etc.
20. LIQUIDATED DAMAGES : - If the contractor fails to deliver the store or any
installment thereof within the period fixed for such delivery or at any time
repudiates the contract before the expiry of such period, the purchaser will
recover from the contractor liquidated damages including administrative expenses
and not by way of penalty a sum equivalent to 2% of the price of any store which
the contractor fails to deliver within the period fixed for delivery in the schedule
for each month or part of the month during which the delivery of such store may
be in arrears where delivery thereof is accepted after expiry of the said period
provided that the total damages so claimed shall not exceed 10% of the total
contract price.
Page 4 of 62
21. PERFORMANCE SECURITY:-
(i) The successful firm shall have to deposit a Security Deposit of 10% of
the contract value within 21 days of the placement of supply order for due
performance as per provisions contained in Clause 7 of DGS&D-68
(Revised). Failure on the part of the firm to deposit the security deposit, the
purchaser reserves the right to cancel the contract at the risk and cost of
the supplier.
(ii) The performance Security Deposit submitted by the supplier will remain
valid till 60 days beyond guarantee/warranty period.
(iii) If the supplier fails to deliver the stores in a promised period and
places and a request for extension of time he will submit an undertaking on
non-judicial stamp paper of Rs. 10/-duly attested by Notary Public stating
that the performance Security Deposits has already been extended for 60
days beyond the guarantee/warranty period.
22. SAMPLING AND INSPECTION CRITERIA: - The successful bidder will
have to abide by the sampling and inspection criteria formulated by the
purchaser.
23. TWO BID SYSTEM: - All bidders are required to submit their offers in two
covers as under :-
Page 5 of 62
vii. Details of their plant and machinery on the format enclosed
along with T.E.
viii. Copy of all the documents submitted online should be
legible. Bids are liable to be rejected in case any bidder
submits illegible documents on line.
Page 6 of 62
(ii) The Indian Agent will submit, along with the tender documents, a
copy of the agreement with the foreign manufacturer/principal, giving
particulars of precise arrangement with foreign principal and their interest in
the business in India. Such agreement with foreign manufacturers/principal
should be a long term agreement and not merely for the present tender. If the
agreement is only for the present tender the offer received will be liable to be
rejected.
iii) The Indian Agent will provide details of the after sale service and post
contractual support i.e. repair, maintenance etc.
iv) The Indian Agent will also be required to submit the details of his
commission or any other arrangements with foreign manufacturer/principal
for providing tendered items.
Page 7 of 62
viii) That he will be responsible for providing after sale service.
ix) He will indicate besides the quoted price, the manufacturer’s price to him.
28. Offer from firms whose business activities are limited to procuring items
from manufacturers, both Indian and foreign supplying the same to purchaser
having no after sales service back up will not be entertained.
29. The successful bidder will provide 2 week free of cost training on
handling, operation & repair of UAVs.
Note:-
a) Full name, Contact No. and status of the person signing the
tender documents must be clearly mentioned in the tender
documents.
Sd/-25/05/2018
(Devendra Singh Rawat)
DIG (Equipment)
For and on behalf of the President of India.
Page 8 of 62
CONDITIONS REGARDING DEPOSIT OF EARNEST MONEY
1. Offers of those firms, which are not registered with NSIC or are not
Micro and Small Enterprises (MSEs) registered as MSE for tendered store
with any agency as mentioned in notification of the Ministry of Micro,
Small and Medium Enterprises (Ministry of MSME), will not be considered
unless the same are submitted along with required Earnest Money.
4. The earnest money shall be valid and remain deposited with the
purchaser for the period of 225 days from the date of tender opening. If
the validity of the tender is extended, the validity of the BG/or any other
alternate documents submitted in lieu of Earnest money will also be suitably
extended by the tenderer, failing which their tender after the expiry of the
aforesaid period shall not be considered by the purchaser.
7. The earnest money of the successful tenderer shall be returned after the
security Deposit as required in terms of the contract is furnished by the
tenderer.
Page 9 of 62
9. Earnest Money of all the unsuccessful tenderers shall be returned by
the purchaser as early as possible after the expiry of bids validity, but not
later than 30 days after placement of contract. Tenderers are advised to send
a pre receipt challan along with their bids so that refund of Earnest Money
can be made in time.
10. Any tender, where the tenderers is required to deposit Earnest Money in
terms of Conditions mentioned in preceding paras, not accompanied with
Earnest Money in any one of the approved forms acceptable to the purchaser,
shall be rejected.
Sd/-25/05/2018
(Devendra Singh Rawat)
DIG (Equipment)
For and on behalf of the President of India.
Page 10 of 62
Form 68-A
Tender No. R.XV.11/18-19-C (UAV) Date: 25/05/2018
Full name and address of the Tenderer in addition to Post Box No. if any
should be quoted in all communication to this office.
Dear Sir,
1. I/We hereby offer to supply the stores detailed in the schedule here to or
such portion thereof as you may specify in the acceptance of tender at the
price given in the said schedule and agree to hold this offer open till
_________________ I/we shall be bound by a communication of acceptance
within the prescribed time.
2. I/We have understood the instructions to Tenderers in the booklet
DGS&D-229 and conditions of contract in the Form No-68 (Revised) including
in the pamphlet entitling conditions of contract governing contracts placed by
the Central Purchases Organization of the Government of India read with the
amendments annexed herewith and have thoroughly examined the
specification quoted in the schedule hereto and am/are fully aware of the
nature of the stores required and my/our offer is to supply stores strictly in
accordance with the requirements.
The following pages have been added to and form part of this
tender_______________
Yours faithfully
Address_____________________________
Dated______________________________
Address_____________________________
Dated_______________________________
Page 11 of 62
SIGNATURE OF THE TENDERER
2) Bidder should do the enrollment in the e-Procurement site using the “Click
here to Enroll” option available on the home page. Portal enrollment is
generally free of charge. During enrollment/registration, the bidders
should provide the correct/true information including valid e-mail id. All
the correspondence shall be made directly with the contractors/bidders
through e-mail id provided.
3) Bidder need to login to the site thro’ their user ID/ password chosen
during enrollment/registration.
5) The DSC that is registered only should be used by the bidder and should
ensure safety of the same.
8) If there are any clarifications, this may be obtained online thro’ the tender
site, or thro’ the contact details. Bidder should take into account the
corrigendum published before submitting the bids online.
9) Bidder then logs in to the site through the secured log in by giving the
user id/ password chosen during enrolment/registration and then by
giving the password of the eToken/SmartCard to access DSC.
10) Bidder selects the tender which he/she is interested in by using the
search option & then moves it to the ‘my tenders’ folder.
11) From my tender folder, he selects the tender to view all the details
indicated.
14) If there are any clarifications, this may be obtained through the site,
or during the pre-bid meeting if any. Bidder should take into account the
corrigendum published from time to time before submitting the online
bids.
15) The Bidders can update well in advance, the documents such as
certificates, annual report details etc., under My Space option and these
can be selected as per tender requirements and then send along with bid
documents during bid submission. This will facilitate the bid submission
process faster by reducing upload time of bids.
16) Bidder should submit the Tender Fee/ EMD as specified in the
tender. The original should be posted/couriered/given in person to the
Tender Inviting Authority, within the bid submission due date & time for
the tender. Scanned copy of the instrument should be uploaded as part of
the offer.
17) While submitting the bids online, the bidder reads the terms &
conditions and accepts the same to proceed further to submit the bid
packets.
18) The bidder has to select the payment option as offline to pay the
Tender FEE/ EMD as applicable and enter details of the instruments.
20) The bidder has to digitally sign and upload the required
bid documents one by one as indicated. Bidders to note that the very act of
using DSC for downloading the bids and uploading their offers shall be
deemed to be a confirmation that they have read all sections and pages of
the bid document including General conditions of contract without any
exception and have understood the entire document and are clear about
the requirements of the tender requirements.
22) If the price bid format is provided in a spread sheet file like
BoQ_xxxx.xls/pdf, the rates offered should be entered in the allotted space
only and uploaded after filling the relevant columns. The Price Bid/BOQ
template must not be modified/replaced by the bidder, else the bid
submitted is liable to be rejected for this tender.
23) The bidders are requested to submit the bids through online e-
tendering system to the Tender Inviting Authority (TIA) well before the bid
submission end date & time (as per Server System Clock). The TIA will not
be held responsible for any sort of delay or the difficulties faced during the
submission of bids online by the bidders at the eleventh hour.
24) After the bid submission (i.e. after Clicking “Freeze Bid Submission”
in the portal), the acknowledgement number, given by the system should
be printed by the bidder and kept as a record of evidence for online
submission of bid for the particular tender and will also act as an entry
pass to participate in the bid opening date.
25) The time settings fixed in the server side & displayed at the top of
the tender site, will be valid for all actions of requesting, bid submission,
bid opening etc., in the e-tender system. The bidders should follow this
time during bid submission.
26) All the data being entered by the bidders would be encrypted using
PKI encryption techniques to ensure the secrecy of the data. The data
entered will not viewable by unauthorized persons during bid submission
& not be viewable by any one until the time of bid opening.
29) The bidder should logout of the tendering system using the normal
logout option available at the top right hand corner and not by selecting
the (X) exit option in the browser.
30) For any queries regarding e-tendering process, the bidders are
requested to contact as provided in the tender document. Parallely for any
further queries, the bidders are asked to contact over phone:
1-800-233-7315 or send a mail over to – cppp-nic@nic.in.
a) The purchaser reserves the right to place order on the successful tenderer
for additional quantity upto 100% tolerance clause under ongoing contract
and upto 100% repeat order clause under successfully execution of original
contract at the rates quoted at the time of placement of contract or during
the currency of the contract vide MHA letter no.
D/21013/30/3379/17.08.2016/Proc Wing/MHA,CF No 3362928 dated
21/02/2018 subject to following condition:-
(i.) Performance Bank Gurantee @ 10% of the value and Liquidated Damage
for the delay supplies @ 1.5% per week subject to maximum of 15% of the
value.
b) The purchaser reserves the right to place order on the next higher successful
firms if the firms quoting lower rates do not meet the whole demand due to
their limited capacity/Monetary limit etc.
Page 15 of 62
The contractor hereby guarantees that the said goods/store/articles would
continue to confirm to the description and quality aforesaid for a period of 24
months for UAVs with accessories from the date of delivery of the said
goods/stores/articles to the purchaser and notwithstanding the fact that the
purchaser (Inspector) may have inspected and/or approved the said
goods/stores/articles. If during the aforesaid period of 24 months, the said
goods/stores/articles be discovered not to confirm to the description and quality
aforesaid or not giving satisfactory performance or have deteriorated, the entitled
to call upon the contractor to rectify the goods stores/ articles or such portion
thereof as is found to be defective by the purchaser within a reasonable period or
such specified period as may be allowed by the purchaser in his description
on/an application made thereof by the contractor and in such an event, the
above mentioned warranty period shall apply to the goods/articles/stores/
rectified from the date of rectification thereof. In case of failure of the contractor
to rectify or replace the goods etc. within specified time, the purchaser shall be
entitled to recover the cost with all expenses from the contractor for such
defective stores.
(Guarantee / Warranty)
: 02 (Two) Years Comprehensive warranty (On site service) which includes free
repair/ replacement of all faulty parts, software Up gradation, replacement
/repair of faults due to malfunction of system, except Batteries i.e. till
completion of its prescribed life/ charge cycle.
i) 02 (Two) Years Comprehensive Warranty from the date of delivery of the said
goods /stores /articles to the purchaser and notwithstanding the fact that the
purchaser (Inspector) may have inspected and /or approved the said
goods/stores/articles. The schedule of onsite service that will be required to be
adhered to is:-
a) Response time after information will be 10 days.
Page 16 of 62
ii) The CAMC will be finalized every year during the grace period of 60 days by the
purchaser on the basis of satisfactory services rendered by the firm.
iii) The Comprehensive Annual Maintenance Contract (CAMC) includes free
repair / replacement of all faulty parts, software Up gradation, replacement
/repair of faults due to malfunction of system except Batteries i.e. till
completion of its prescribed life / charge cycle.
6. In the event of contract being cancelled for any breach committed and the
purchaser affecting repurchase of the stores at the risk and the cost of the
contractor, the purchaser is not bound to accept the lower offer of Benami or
allied or sister concern of the contractor.
7. Purchaser will not pay separately for transit insurance and the supplier
will be responsible till the entire stores contracted for arrive in good condition at
the destination. The consignee, as soon as possible, but not later than 30 days of
the date of arrival of the stores at destination notify to the contractor any loss or
damages to the stores that may have occurred during the transit.
8. Those firms, who are not specifically registered for the items with
DGS&D/NSIC as per schedule to tender should submit the following along with
their quotation, failing which their offer will be ignored:
i) Name and full address of the banker.
ii) Equipment & quality control statement in the prescribed form as
enclosed.
9. Tenderes who are past suppliers of the item as per T/E Specification
should submit their performance statement in enclosed Performa. In case, it is
found that information furnished is incomplete or incorrect, their tender will be
liable to be ignored.
10. Tenderers who are registered with DGS&D/NSIC for this particular item
should submit the photocopy of registration certificate with all subsequent
amendments.
12. Prices should only be quoted as per BOQ format provided along with
the tender document at e-Procurement site
http://eprocure.gov.in/eprocure/app.
13. All Firms which are not registered with NSIC or are not Micro and Small
Enterprises (MSEs) registered as MSE for tendered store with any agency as
mentioned in notification of the Ministry of Micro, Small and Medium Enterprises
(Ministry of MSME), are required to deposit EARNEST MONEY equivalent to the
amount as mentioned in the Tender Schedule, failing which their offer will be
summarily rejected. Registration with any other organization will not exempt from
depositing Earnest Money as per Government Policy. PSUs are not exempted from
depositing Earnest Money. Further, Registration certificate of NSIC or MSE (if
applicable) is required to be submit along with tender documents.
Page 17 of 62
14. Training for 60 personnel for proper handling / operation /minor repairs of
UAV at Jagdalpur, Chhattisgarh is required.
14. Bidder to furnish an undertaking at the time of submission of bid that the
firm has service centre in India for maintenance of the Mini UAVs with
adequate number of trained staff and sufficient numbers of spares. Non
submission of such undertaking may result in rejection of offer.
16. Purchase /price preference clause. :-
A. The Purchase preference will be given to the Micro and Small Enterprises
(MSEs) registered as MSEs for tendered stores with any agency as
mentioned in notification of the Ministry of Micro, Small and Medium
Enterprises (Ministry of MSME) are as under:-
(i) The firms which are Micro and Small Enterprises (MSE) registered as MSE
for tendered stores with any agency as mentioned in notification of the
Ministry of Micro, Small and Medium Enterprises (Ministry of MSME)
quoting price within price band of L1+15(Fifteen) percent shall also be
allowed to supply a portion of required item by bringing down their price to
L1 price in a situation where L1 price is from some firm other than a MSE
and such MSE shall be allowed to supply up to 20 (Twenty) percent of total
tendered value. The 20 (Twenty) percent quantity is to be distributed
proportionately among these bidders, in case there are more than one
MSEs within such price band.
(i) Among all qualified bids, the lowest bid will be termed as L1. If L1 is
from a local supplier, the contract for full quantity will be awarded to L1.
(ii) If L1 bid is not from a local supplier, 50% of the order quantity shall
be awarded to L1. Thereafter, the lowest bidder among the local suppliers
will be invited to match the L1 price for the remaining 50 % quantity
subject to the local supplier’s quoted price falling within the margin of
purchase preference, and contract for that quantity shall be awarded to
such local supplier subject to matching the L1 price. In case such lowest
eligible local supplier fails to match the L1 price or accepts less than the
offered quantity, the next higher local supplier within the margin of
purchase preference shall be awarded accordingly. In case some quantity is
still left uncovered on local suppliers, then such balance quantity may also
be ordered on the L1 bidder.
SIGNATURE OF THE TENDERER
Page 18 of 62
iii) Minimum local Content: - The minimum local content shall be 50%.
a) Local content means the amount of value added in India which
shall be the total value of the item procured ( excluding net domestic indirect
taxes) minus the value of imported content in the item ( including all
customs duties ) as a proportion of the total value, in percent.
b) Similarly “local Supplier “would mean a firm / bidder whose product
offered meets the minimum local content.
Yours faithfully
Sd/-25/05/2018
(Devendra Singh Rawat)
DIG (Equipment)
For and on behalf of the President of India.
Page 19 of 62
Annexure - I
Page 20 of 62
b. It is further a term of this contract that no person other than the
person appointed by him should act as Arbitrator and that if for any
reason that is not possible, the matter is not to be referred to
arbitration at all.
c. The arbitrator may with the consent of all the parties to the contract
enlarge the time from time to time for making and publishing the
award.
d. Upon every and any such reference, the assessment of the cost
incidental to the reference and award respectively shall be in the
discretion of the Arbitrator.
e. Subject as aforesaid, the Arbitration Act, 1940 and the rules there
under and any statutory modification thereof for the time being in
force shall be deemed to apply the arbitration proceedings under this
clause.
f. The venue of arbitration shall be the place where the contract is
concluded or such other place as the DG CRPF at his discretion may
determine.
g. In this clause the expression the DG CRPF means the DG CRPF of
the Ministry of Home Affairs for the time being and includes, if there
be no DG, the Officer who is for the time being the administrative
head of the CRPF, whether in addition to other functions or
otherwise.
Page 21 of 62
TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)
Date:
To,
______________________
______________________
______________________
2. I / We hereby certify that I / we have read the entire terms and conditions of
the tender documents from Page No. _______ to ______ (including all documents
like annexure(s), schedule(s), etc.,), which form part of the contract agreement
and I / we shall abide hereby by the terms / conditions / clauses contained
therein.
5. In case any provisions of this tender are found violated , then your
department/ organization shall without prejudice to any other right or remedy be
at liberty to reject this tender/bid including the forfeiture of the full said earnest
money deposit absolutely.
Yours Faithfully,
Page 22 of 62
QUESTIONNAIRE
(Please Mark in appropriate Box and fill the answer correctly. Tenders
leaving the box unmarked and questionnaire unanswered shall be rejected)
YES NO
b) If yes, Monetary limit
(Enclose Photocopy
of Regn. Certificate) (Lakh) (Without Limit)
c) Validity Date
YES NO
c) Validity Date
YES NO
6. Offer validity: - ________________________
Page 23 of 62
8. a) Whether store fully conforms to
tender schedule specifications in
all respects? YES NO
YES NO
YES NO
YES NO
YES NO
Page 24 of 62
LIST NO-1
TENDERERS SHOULD FURNISH SPECIFIC ANSWERS TO ALL THE QUESTIONS GIVEN BELOW.
TENDERERS MAY PLEASE NOTE THAT IF THE ANSWER SO FURNISHED ARE NOT CLEAR AND /
OR ARE EVASIVE, THE TENDER WILL BE LIABLE TO BE IGNORED.
1. Tender No._______________________________________
2. Whether the stores offered fully conform to the
Technical particulars and specification drawings,
specified by the purchaser in the schedule to
tender. If not, mention here details of deviations. :
3. Model No. & Brand of store offered. :
4. Name and address of manufacturer. :
5. Station of manufacture :
6. Please confirm that you have offered packing
as per tender enquiry requirements.
If not indicate deviations. :
7. Gross weight of consignment :
(Net weight of each item)
8. What is your permanent Income Tax A/C No.? :
9. Status.
a) Indicate whether you are LSU or SSI :
Page 25 of 62
13. Whether the tendering firm is/are:-
1. Manufacturer :
2. Manufacturer’s authorized agents :
3. Holders in stock of the stores tendered for :
N.B.: If manufacturer’s agents, please enclose with tender the copy of
manufacturer’s authorization on properly stamped paper, duly attested by
a Notary Public.
14. If stores offered are manufactured in India,
please state whether all raw materials components
etc. used in their manufacture are also produced in
India. If not give details of materials components etc,
that are imported and their breakup of the indigenous
and imported components together with their value
and proportion it bears to the total value of the store :
15. State whether raw materials are held in stock
sufficient for the manufacture of the stores. :
16. Please indicate the stock in hand at present time:-
1. Held by you against this enquiry. :
2. Held by M/s. _______________over which you have secured an option.
17. Do you agree to sole arbitration by an officer of
Ministry of Law, appointed by the Secretary, Ministry
of Home Affairs or by some other person appointed
by him as provided in clause 24 of the general conditions
of contract form DGS&D-68 (Revised). (Your acceptance
or non-acceptance of this clause will not influence the
decision of the tender. It should, however, be noted
that an omission to answer the above question will be
deemed as an acceptance of the clause.) :
18. For partnership firms state whether they are registered
or not registered under Indian Partnership Act, 1932.
Should the answer to this question by a partnership
firm be in the affirmative, please state further :
1. Whether by the partnership agreement, authority
to refer disputes concerning the business of the partnership
to arbitration has been conferred on the partner who has
signed the tender. :
2. If the answer to (1) is in the negative, whether there
is any general power of attorney executed by all the
partners of the firm authorizing the partner who has
signed the tender to refer disputes concerning business
of the partnership to arbitration. :
3. If the answer to either (1) or (2) is in the affirmative
furnish a copy of either the partnership agreement
or the general power of attorney as the case may be. :
Page 26 of 62
N.B:
1. Please attach to the tender a copy of either document on which reliance
is placed for authority of partners of the partner signing the tender to refer
disputes to arbitration. The copy should be attested by a Notary Public or
its execution should be admitted by Affidavit on a properly stamped paper
by all the partners.
Page 27 of 62
21. State whether business dealings with you have been
banned by Min/Deptt. Of Supply/Min. of Home Affairs? :
22. Please confirm that you have read all the instructions carefully and have
complied with accordingly. :
__________________
Signature of Witness.
___________________
Signature of the tenderer
Full name and address
(in Block Letters)
Page 28 of 62
FORM-7
PROFORMA FOR EQUIPMENT AND QUALITY CONTROL
9. Production capacity of each item with the existing plant and machinery:
a) Normal ___________________________________________
b) Maximum _________________________________________
10. Details of arrangements for quality control of products such as laboratory etc.
Place ______________________
Date _______________________
N.B.: Details under column 6 to 11 inclusive need to be restricted to the extent they
pertain to the item(s) under reference.
Page 29 of 62
PROFORMA FOR BANK GUARANTEE
FOR SUBMITTING EARNEST MONEY
(ON BANKS LETTER HEAD WITH ADHESIVE STAMP)
To
The DIG (ADM). Dte Genl,
C.R.P.F., CGO Complex, Lodhi Road,
New Delhi. Pin – 110003
Dear Sir,
In accordance with your invitation to Tender No _________________________
M/s. ____________________________________________________ here in after called the
Tenderer with the following Directors on their Board of Directors/Partners of the
firm.
1. _______________________ 2. ______________________________
3. _______________________ 4. ______________________________ ; wish to
participate in the said tender enquiry for the supply of __________________________ as
a bank guarantee against Earnest Money for a sum of Rs.
___________________________ (in words)
Rupees__________________________________________. Valid for 225 days from the date
of tender opening viz. up to __________________________ is required to be submitted
by the Tenderer as condition for the participation, this bank hereby guarantees and
undertakes during the above said period of 225 days, to immediately pay on demand
by ______________________ __________________________________ in writing the amount
of without any reservation and recourse if,
1. Tenderer after submitting his tender, modifies the rates or any of the terms
and conditions thereof, except with the previous written consent of the purchaser.
2. Tenderer withdraws the said tender within 180 days after opening of tenders
OR
3. Tenderer having not withdrawn the tender, fails to furnish the contract
security deposit imposed for due performance of the contract within the period
provided in the general conditions of the contracts.
The guarantee shall be irrevocable and shall remain valid up to------------------
“We __________________ Lastly undertake, not to revoke this Bank Guarantee,
during its currency period except with the previous consent of the
Government/Purchaser, in writing .Otherwise, the Guarantee shall remain revoked
after 45 days, in case the Government does not present a request, in writing to the
Bank, with reasons, during the currency period of the Guarantee or 30 days
thereafter, to extend this guarantee up to such specific date or period as required by
the Government/purchaser.”
Page 30 of 62
PERFORMANCE STATEMENT FOR LAST THREE YEARS
(For the Tendered Store only)
1. Contract Nos. :
2. Description of Stores :
3. Quantity on order :
4. Value :
5. Original D.P. :
Page 31 of 62
Appendix-“A”
Page 32 of 62
12 Temperature Starting, Operating and Storage Temperature –
From Minus 5°C to Plus 55°C
13 Flight Modes The AV should be able to operate in following modes –
a Fully Autonomous Mode
b Semi Autonomous Mode
c Loiter Mode
d Target tracking Mode
e Return to home mode
14 Payload a The sensors should have Gyro based stabilised
cameras.
b Single payload assembly housing for day / night
camera.
c Payload should not damage during rough landings.
d Auto locking and tracking of the selected target in the
video imagery.
e 360° pan and 90° tilt control during flight for Day and
Night payloads.
f UAV should transmit real time imagery to GCS
Day payload-
i. 0 to 5 km –1280x720p or better
ii. 5 to 15 km – 640x480p or better
Night Payload-
i. 0 to 15 km – 640x480 or better
g Capabilities of payload
Parameter Night Payload Day payload
Resolution 640X480 1280X720 pixels or
(Minimum) pixels or better better
Digital Zoom 4X or more 4X or more
Optical Zoom ----------- 10X or more
NFOV ------------ ≤5°
WFOV ------------ ≥45°
15 Target The system must be able to detect, acquire and designate
Detection, targets in following criteria:-
Recognition,
Identification Payload Vehicle size Group of 3-4 People
(6x3 meter)
Day payload
Detection 2000 meter 1000 meter
Recognition 500 meter 250 meter
Identification 250 meter 125 meter
Night payload
Detection 1500 meter 500 meter
Recognition 375 meter 125 meter
Page 33 of 62
16 Ground a The GCS should be portable, MIL-STD-810G or better.
control station
Rugged IP65 laptop, minimum display size 14”
(GCS)
b Battery backup upto 3 Hrs.
c Suitable battery charger using normal commercial
supply.
d It should be able to control all aspects like pre-flight
checks, self tests, control of takeoff/landing and
payloads.
e Digital Mass storage: 1 TB for laptop or 512 GB for
Tablet
f The laptop or tablet should have antiglare and sunlight
readable, touch screen.
g It should facilitate recording and instantaneous
playback of data.
h In flight, change of flight plan or waypoint.
i Suitable ports should be provided for taking the data.
j It should be capable of storing 100 or more flight routes
with each route having capacity to configure minimum
70 waypoints.
k The software should have following mission
information:-
i. Coordinates of target
ii. AV position
iii. Distance of AV from GCS
iv. Air speed
v. Mission Time
vi. Payload looking angle
vii. Communication link status
viii. GPS status
ix. Health status of AV battery
17 Map Formats a. Should have the capability to integrate geo-referenced
raster maps provided in at least one of the commonly
used digital map formats (GIF, TIFF, DTED and SRTM
etc.)
18 Remote Video a. It should be compact, light weight and portable tablet
Terminal gadget.
(RVT) b. RVT should have ability to overlap the ground video data
with geo-spatial data.
c. Capable to record, instantaneous playback and freeze
the imagery received from AV.
d. RVT should have antiglare and sunlight readable, touch
screen.
Page 34 of 62
19 Data a. Secure communication links between Air Vehicle and Ground
link Control Station with minimum 128 bits encryption.
b. Should have Jamming proof communication during flight.
c. Should operate on S-band & C-band frequency for uplink and
down link preferably on license free band i.e. 2.4GHz or 5.8GHz.
20 Failsafe a In case of communication loss during flight, the system should
features automatically change to recovery mode after 10 seconds, till
such time UAV should remain on its flight path.
b Automatic Return to Home/Land on low battery.
c Multiple GPS on-board for GPS failure.
d There should be facility for on board light to facilitate visual
signature for recovery, the operation of which should be GCS
controlled.
21 Miscella a The comprehensive warranty of the 2 yrs
neous UAS
b Total technical life (TTL) 5 yrs or 500 landings
c Life of AV battery 200 charging cycles or 2
yrs
d Product support after warranty up to 3 yrs
e Repair and maintenance including
periodicity of midlife interventions
/intent towards establishing
maintenance hubs etc.
TDs FOR MINI UNMANNED AERIAL VEHICLE
Trial/Technical evaluation of UAV will be conducted by a Board of
Officers (B.O.O.) to assess actual performance of the equipment.
2. All parameters/Specifications mentioned in QRs will be checked by the
Board of Officers in the presence of representative of firm.
i) Physically check: In this category, specifications of the equipment will be checked
physically as per QRs.
ii) Practically check: The representative of firm will show all the features/
configuration of the equipment to the board of officers during trial.
iii) Submission of certificates: Firm will provide certificate from Govt. Lab. or DRDO
or NABL accredited or ILAC accredited laboratory which are mentioned in respective
parameters.
Appendix-B
SN Parameter Specification Trial directives
1 UAS (As a a Aerial Vehicle 02 Board will check physically.
System) b Ground Control System 01 Board will check physically.
c Remote Video Terminal 01 Board will check physically.
d Day & Night Camera 02 Board will check physically.
each
e Data link 01 Board will check physically.
Equipment/Antenna
f Battery for each Aerial Vehicle 04 Board will check physically.
g Water proof (IP66) back packs 03 Firm will produce certificate
to carry UAS of Govt. Lab. or NABL/ILAC
accredited laboratory.
h Rugged, compact and 02 Board will check physically.
lightweight transportation box
Page 35 of 62
S. Paramet Specification Trial directives
N. er
2 Aerial a. Air frame should be made of Board will check physically
vehicle composite material, rugged, and firm will produce OEM
(AV) durable, and robust. certificate.
b. The parts should be modular
and easy to replace /maintain.
c. Fitment, removal and/or
replacement of sensors should
be simple and easily executable
in field conditions.
d. Suitable battery charger using
normal commercial supply to
charge the batteries.
e. The Aerial vehicle should have
the capability to operate during
day and night.
3 Weight a. Maximum Takeoff Weight - As Board will check
per DGCA guidelines for mini practically.
UAV.
b. The complete weight of UAS Board will check
should not be more than 35 Kg practically.
and system should be packable
in three back packs.
c. Each back pack should not be
more than 15 kgs including the
weight of back packs.
4 Launch Vertical Takeoff and Landing (VTOL) Board will check
and within the area of 25 X 25 meter. practically.
Recovery
5 Deploym Not more than 20 minutes. Board will check
ent time practically.
6 Aural ≤ 40 dB @ 300 meters AGL (Above Firm will produce certificate
signature Ground Level) of Govt. Lab. or DRDO or
NABL/ ILAC accredited
laboratory.
7 Wind The AV should be able to Takeoff, Firm will produce OEM
Speed Land and Fly upto the wind speed certificate.
of 20 knots.
8 Propulsi The AV should be powered by Board will check
on battery. practically.
9 Operatio 2 Hours with minimum loiter time Board will check practically
nal of 60 minutes at target with max and Firm will produce OEM
Enduran payload up to launch altitude of certificate.
ce 1000 meter above mean sea level.
Acceptable for degradation
in endurance 10% per 1000
meter beyond 1000 meter
above mean sea level.
10 Mission Minimum 15 Km Board will check
Range practically.
Page 36 of 62
11 Altitude a Minimum Operational Board will check
. Altitude: 1000 meter AGL practically.
(Above Ground Level)
b Max Launch Altitude: 3000 Firm will produce OEM
. meter AMSL (Above Mean Sea certificate.
Level)
c Loiter Mode
e 360° pan and 90° tilt control during Board will check
flight for Day and Night payloads. practically.
Page 37 of 62
g Capabilities of payload
Parameter Night Payload Day
payload
Resolution 640X480 1280X7 Firm will
(Minimum) pixels or 20 produce OEM
better pixels or
certificate for
better day & night
payload
resolution.
Digital Zoom 4X or more 4X or Board will check
more practically.
Optical Zoom ----------- 10X or
more
NFOV ------------ ≤5°
WFOV ------------ ≥45°
15 Target The system must be able to detect, acquire and designate
Detection, targets in following criteria:-
Recognition, Payload Vehicle size Group of 3-4
Identification (6x3 meter) People
Day payload Board will
check
Detection 2000 meter 1000 meter
practically.
Recognition 500 meter 250 meter
Identificatio 250 meter 125 meter
n
Night payload Board will
check
Detection 1500 meter 500 meter
practically.
Recognition 375 meter 125 meter
16 Ground a The GCS should be portable, MIL-STD- Firm will
control 810G or better. produce
station (GCS) certificate
Rugged IP65 laptop, minimum display size
14” of Govt.
Lab. or
NABL/ILAC
accredited
laboratory
for MIL-
STD-810G
and IP.
Board will
check
display size
practically.
b Battery backup upto 3 Hrs. Board will
check
practically.
c Suitable battery charger using normal Firm will
commercial supply. produce
OEM
certificate.
Page 38 of 62
d It should be able to control all aspects like Board will
pre-flight checks, self tests, control of check
takeoff/landing and payloads. practically.
e Digital Mass storage: 1 TB for laptop or Board will
512 GB for Tablet check
practically.
f The laptop or tablet should have antiglare Board will
and sunlight readable, touch screen. check
practically.
g It should facilitate recording and Board will
instantaneous playback of data. check
practically.
h In flight, change of flight plan or waypoint. Board will
check
practically
i Suitable ports should be provided for Board will
taking the data. check
practically
j It should be capable of storing 100 or more Board will
flight routes with each route having check
capacity to configure minimum 70 practically.
waypoints.
K The software should have following Board will
mission information:- check
practically.
i. Coordinates of target
ii. AV position
iii. Distance of AV from GCS
iv. Air speed
v. Mission Time
vi. Payload looking angle
vii. Communication link status
viii. GPS status
ix. Health status of AV battery
17 Map Formats a. Should have the capability to integrate Board will
geo-referenced raster maps provided in at check
least one of the commonly used digital practically.
map formats (GIF, TIFF, DTED and SRTM
etc.)
Page 39 of 62
18 Remote a It should be compact, light weight Board will
Video and portable tablet gadget. check
Terminal practically.
(RVT) b RVT should have ability to overlap Board will
the ground video data with geo- check
spatial data. practically.
c Capable to record, instantaneous Board will
playback and freeze the imagery check
received from AV. practically.
d RVT should have antiglare, sunlight Board will
readable and touch screen. check
practically.
19 Data link a Secure communication links between Firm will
Air Vehicle and Ground Control produce OEM
Station with minimum 128 bits certificate for
encryption. AES
encryption.
b Should have Jamming proof Firm will
communication during flight. produce OEM
certificate.
c Should operate on S-band & C-band Firm will
frequency for uplink and down link produce OEM
preferably on license free band i.e. certificate.
2.4GHz or 5.8 GHz.
20 Failsafe a In case of communication loss during Board will
features flight, the system should check
automatically change to recovery practically.
mode after 10 seconds, till such time
UAV should remain on its flight path.
Page 40 of 62
b Automatic Return to Home/Land on low Board will
battery. check
practically.
c Multiple GPS on-board for GPS failure. Firm will
produce OEM
certificate.
d There should be facility for on board Board will
light to facilitate visual signature for check
recovery, the operation of which should practically.
be GCS controlled
21 Miscellan a The comprehensive 2 Firm will
eous warranty of the UAS yrs produce OEM
certificate.
b Total technical life 5 yrs or 500 Firm will
(TTL) landings produce OEM
certificate.
c Life of AV battery 200 charging Firm will
cycles or 2 yrs produce OEM
certificate.
d Product support after up to 3 yrs Firm will
warranty produce OEM
certificate.
e Repair and Firm will
maintenance produce
including periodicity undertaking.
of midlife
interventions/intent
towards establishing
maintenance hubs
etc.
Page 41 of 62
Appendix-C
Page 42 of 62
c. Fitment, removal and/or
replacement of sensors
should be simple and
easily executable in field
conditions.
d. Suitable battery charger
using normal commercial
supply to charge the
batteries.
e. The Aerial vehicle should
have the capability to
operate during day and
night.
3 Weight a. Maximum Takeoff Weight
- As per DGCA guidelines
for mini UAV.
b. The complete weight of
UAS should not be more
than 35 Kg and system
should be packable in
three back packs.
c. Each back pack should
not be more than 15 kgs
including the weight of
back packs.
4 Launch and Vertical Takeoff and Landing
Recovery (VTOL) within the area of 25
X 25 meter.
5 Deployment Not more than 20 minutes.
time
6 Aural ≤ 40 dB @ 300 meters AGL
signature (Above Ground Level)
7 Wind Speed The AV should be able to
Takeoff, Land and Fly upto
the wind speed of 20 knots.
8 Propulsion The AV should be powered
by battery.
9 Operational 2 Hours with minimum loiter
Endurance time of 60 minutes at target
with max payload up to
launch altitude of 1000
meter above mean sea level.
10 Mission Minimum 15 Km
Range
11 Altitude a. Minimum Operational
Altitude: 1000 meter AGL
(Above Ground Level)
b. Max Launch Altitude:
3000 meter AMSL (Above
Mean Sea Level)
12 Temperature Starting, Operating and
Storage Temperature –
From Minus 5°C to Plus 55°C
Page 43 of 62
13 Flight The AV should be able to operate
Modes in following modes –
a Fully Autonomous Mode
b Semi Autonomous Mode
c Loiter Mode
d Target tracking Mode
e Return to home mode
14 Payload a The sensors should have Gyro
based stabilised cameras.
b Single payload assembly
housing for day / night
camera.
c Payload should not damage
during rough landings.
d Auto locking and tracking of
the selected target in the video
imagery.
e 360° pan and 90° tilt control
during flight for Day and Night
payloads.
f UAV should transmit real time
imagery to GCS
Day payload-
iii. 0 to 5 km –1280x720p or
better
iv. 5 to 15 km – 640x480p
or better
Night Payload-
ii. 0 to 15 km – 640x480 or
better
g Capabilities of payload
Parameter Night Day
Payloa payload
d
Resolution 640X4 1280X72
(Minimum) 80 0 pixels
pixels or better
or
better
Digital 4X or 4X or
Zoom more more
Optical -------- 10X or
Zoom --- more
NFOV -------- ≤5°
----
WFOV -------- ≥45°
----
Page 44 of 62
15 Target The system must be able to detect,
Detection, acquire and designate targets in
Recognition following criteria:-
, Paylo Vehi (6x3 Group of
Identificatio ad cle meter) 3-4
n size People
Day payload
Detection 2000 meter 1000 meter
Recognition 500 meter 250 meter
Identification 250 meter 125 meter
Night payload
Detection 1500 500 meter
meter
Recognitio 375 meter 125 meter
n
16 Ground a The GCS should be portable,
control MIL-STD-810G or better.
station (GCS)
Rugged IP65 laptop, minimum
display size 14”
Page 45 of 62
k The software should have following
mission information:-
1.Coordinates of target
2. AV position
3.Distance of AV from GCS
4.Air speed
5.Mission Time
6. Payload looking angle
7.Communication link status
8. GPS status
9.Health status of AV battery
17 Map a. Should have the capability to
Formats integrate geo-referenced raster
maps provided in at least one of the
commonly used digital map formats
(GIF, TIFF, DTED and SRTM etc.)
18 Remote a. It should be compact, light weight
Video and portable tablet gadget.
Terminal b. RVT should have ability to overlap
(RVT) the ground video data with geo-
spatial data.
c. Capable to record, instantaneous
playback and freeze the imagery
received from AV.
d. RVT should have antiglare and
sunlight readable, touch screen.
19 Data a. Secure communication links
link between Air Vehicle and Ground
Control Station with minimum 128
bits encryption.
b. Should have Jamming proof
communication during flight.
c. Should operate on S-band & C-
band frequency for uplink and down
link preferably on license free band
i.e. 2.4GHz or 5.8GHz.
20 Failsafe a In case of communication loss
features during flight, the system should
automatically change to recovery
mode after 10 seconds, till such
time UAV should remain on its
flight path.
b Automatic Return to Home/Land on
low battery.
c Multiple GPS on-board for GPS
failure.
d There should be facility for on board
light to facilitate visual signature for
recovery, the operation of which
should be GCS controlled.
Page 46 of 62
21 Miscella a The comprehensive warranty of the
neous UAS
b Total technical life (TTL)
c Life of AV battery
d Product support after warranty
e Repair and maintenance including
periodicity of midlife interventions
/intent towards establishing
maintenance hubs etc.
N.B.- Tenderers can furnish this statement on a larger sheet of paper if space
provided above is found insufficient.
Page 47 of 62
Appendix-CC
Performa for commercial Bid/ Price Bid
(To be field by the bidder & attached separately in the second cover)
S Item Descriptions Qty Basic Goods and Any Other Total Total
N in Rate service Tax Taxes/Duti Amount Amount
Nos Rs (GST) es/Levies Without With Taxes
Applicable Taxes
in Rs.
1 2 3 4 5 6 7 8
1 Mini UAVs along with 20
accessories as per
QRs/specifications of T.E.
Note:-
(a) Tender will attach justification of price quoted. This also includes the recently
executed contracts of the store in question with Govt/Semi Govt. etc organization.
(b) Rate will be compared by taking cost of equipment, Accessories and Training
into account.
(c) Firm will provide consumables free of cost for demonstration and training.
(d) Firm will provide the list and item wise cost of essential accessories.
(e) Tenderers are required to indicate basic rate, GST, custom duty, excise duty or
any other leviable tax or charges within above performa. Such taxes/duties/charges
reflected out side the performa will not be accepted.
Appendix-“D”
CONSIGNEE LIST
Page 48 of 62
Appendix “E”
GENERAL
This pre-contract Agreement (hereinafter called the Integrity Pact) is made on
____________ day of the month of ____________ 2018, between, on one hand, the
President of India acting through Shri Devendra Singh Rawat, DIG
(Equipment), CRPF, MHA, Government of India (hereinafter called the “BUYER”,
which expression shall mean and include, unless the context otherwise requires, his
successors in office and assigns) of the First Part and M/s _________________________
represented by Shri __________________________, (hereinafter called the
“BIDDER/Seller” which expression shall mean and include, unless the context
otherwise required, his successors and permitted assigns) of the Second Part.
WHEREAS the BUYER proposes to procure Mini UAVs and the BIDDER/Seller is
willing and has offered the stores and
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair, transparent and
free from any influence/prejudiced dealings prior to, during and subsequent to the
currency of contract to be entered into with a view to :-
Enabling the BUYER to obtain the desired items at a competitive price in conformity
with the defined specifications by avoiding the high cost and the distortionary impact
of corruption on public procurement, and enabling BIDDER to abstain from bribing
or indulging in any corrupt practice in order to secure the contract by providing
assurance to them that their competitions will also abstain from bribing and other
corrupt practices and the BUYER will commit to prevent corruption, in any form, by
its officials by following transparent procedures.
The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:
Commitments of BUYER
1.2 The BUYER will, during the pre-contract stage, treat all BIDDERs alike, and
will provide to all BIDDERs the same information and will not provide any
such information to any particular BIDDER which could afford an advantage
to that particular BIDDER in comparison to other BIDDERs.
Page 49 of 62
1.3 All the officials of the BUYER will report to the appropriate Government office
any attempted or completed breaches of the above commitments as well as
any substantial suspicion of such a breach.
BUYER
BIDDER
Commitments of BIDDER:
3. The BIDDER commits itself to take all measures necessary to prevent corrupt
practices, unfair means and illegal activities during any stage of its bid or
during any pre-contract or post-contract stage in order to secure the contract or
in furtherance to secure it and in particular commit itself to the following:-
3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour, any material or immaterial benefit or other
advantage, commission, fees, brokerage or inducement to any official of the
BUYER, connected directly or indirectly with the bidding process, or to any
person, organization or third party related to the contract in exchange for any
advantage in the bidding, evaluation, contracting and implementation of the
contract.
3.2 The BIDDER further undertakes that it has not given, offered or promised to
give, directly or indirectly any bribe, gift, consideration, reward, favour,
material or immaterial benefit or other advantage, commission, fees, brokerage
or inducement to any official of the BUYER or otherwise in procuring the
Contract or forbearing to do or having done any act in relation to the obtaining
or execution of the contract or any other contract with the Government for
showing or forbearing to show favour or disfavour to any person in relation to
the contract or any other contract with the Government.
3.3 BIDDERs shall disclose the name and address of agents and representatives
and Indian BIDDERs shall disclose their foreign principals or associates.
3.5 The BIDDER further confirms and declares to the BUYER that the BIDDER is
the original manufacturer/integrator/authorized government sponsored export
entity of the defence stores and has not engaged any individual or firm or
company whether Indian or foreign to intercede, facilitate or in any way to
recommend to the BUYER or any of its functionaries, whether officially or
Page 50 of 62
unofficially to the award of the contract to the BIDDER, nor has any amount
been paid, promised or intended to be paid to any such individual, firm or
company in respect of any such intercession, facilitation or recommendation.
3.6 The BIDDER, either while presenting the bid or during pre-contract
negotiations or before signing the contract, shall disclose any payments he has
made, is committed to or intends to make to officials of the BUYER or their
family members, agents, brokers or any other intermediaries in connection
with the contract and the details of services agreed upon for such payments.
3.7 The BIDDER will not collude with other parties interested in the contract to
impair the transparency, fairness and progress of the bidding process, bid
evaluation, contracting and implementation of the contract.
3.8 The BIDDER will not accept any advantage in exchange for any corrupt
practice, unfair means and illegal activities.
3.9 The BIDDER shall not use improperly for purposes of competition or personal
gain, or pass on to others, any information provided by the BUYER as part of
the business relationship, regarding plans, technical proposals and business
details, including information contained in any electronic data carrier. The
BIDDER also undertakes to exercise due and adequate care lest any such
information is divulged.
3.10 The BIDDER commits to refrain from giving any complaint directly or
through any
other manner without supporting it with full and verifiable facts.
3.11 The BIDDER shall not instigate or cause to instigate any third person to
commit any of the actions mentioned above.
3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf
of the BIDDER, either directly or indirectly, is a relative of any of the officers
of the BUYER, or alternatively, if any relative of an officer of the BUYER has
financial interest/stake in the BIDDER`s firm, the same shall be disclosed by
the BIDDER at the time of filing tender.
The term `relative` for this purpose would be as defined in Section 6 of the
Companies Act 1956.
BUYER BIDDER
3.13 The BIDDER shall not lend to or borrow any money from or enter into any
monetary dealings or transactions, directly or indirectly, with any employee of
the BUYER.
4. Previous Transgression
4.1 The BIDDER declares that no previous transgression occurred in the last
three years immediately before signing of this integrity Pact, with any other
company in any country in respect of any corrupt practices envisaged
hereunder or with any Public Sector Enterprise in India or any Government
Department in India that could justify BIDDER`s exclusion from the tender
process.
Page 51 of 62
4.2 The BIDDER agrees that if it makes incorrect statement on this subject,
BIDDER can be disqualified from the contract and if already awarded, can be
terminated for such reason.
5.1 The amount to be deposited by the bidders as Security Deposit for the purpose
of Pre contract Integrity Pact has not yet been finalized. It will be intimated in
due course at any stage before the finalization of tender process:
(i) A confirmed guarantee by an Indian Nationalized Bank, promising
payment of the guaranteed sum to the BUYER on demand within three
working days without any demur whatsoever and without seeking any
reasons whatsoever. The demand for payment by the BUYER shall be
treated as conclusive proof of payment.
(ii) Any other mode or through any other instrument (specified as
EMD/PSD).
5.2 The Security Deposit shall have to remain valid up to a period of 5 years or till
complete conclusion of the contractual obligations to the complete satisfaction
of both the BIDDER and the BUYER, including warranty period, whichever is
later.
5.3 In case of the successful BIDDER a clause would also be incorporated in the
Article pertaining to Performance Bond in the Purchase Contract that the
provisions of Sanctions for Violation shall be applicable for forfeiture of
Performance Bond in case of a decision by the BUYER to forfeit the same
without assigning any reason for imposing sanction for violation of this Pact.
5.4 No interest shall be payable by the BUYER to the BIDDER on Earnest
Money/Security Deposit for the period of its currency.
Page 52 of 62
the payments, already made by the BUYER, along with interest.
(vi) To cancel all or any other Contracts with the BIDDER. The BIDDER
shall be liable to pay compensation for any loss or damage to the BUYER
resulting from such cancellation/rescission and the BUYER shall be
entitled to deduct the amount so payable from the money(s) due to the
BIDDER.
(vii) To debar the BIDDER from participating in future bidding processes of
the Government of India for a minimum period of five years, which may
be further extended at the discretion of the BUYER.
(viii) To recover all sums paid in violation of this Pact by BIDDER to any
middleman or agent or broker with a view to securing the contract.
(ix) In cases where irrevocable Letters of Credit have been received in respect
of any contract signed by the BUYER with the BIDDER, the same shall
not be opened.
(x) Forfeiture of Performance Bond in case of a decision by the BUYER to
forfeit the same without assigning any reason for imposing sanction for
violation of this Pact.
6.2 The BUYER will be entitled to take all or any of the actions mentioned at para
6.1(i) to (x) of this pact also on the Commission by the BIDDER or any one
employed by it or acting on its behalf (whether with or without the knowledge
of the BIDDER), of an offence as defined in Chapter ix of the Indian Penal
code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted
for prevention of corruption.
6.3 The decision of the BUYER to the effect that a breach of the provisions of this
Pact has been committed by the BIDDER shall be final and conclusive on the
BIDDER. However, the BIDDER can approach the independent Monitor(s)
appointed for the purposes of this Pact.
7. Fall Clause
7.1 The BIDDER undertakes that it has not supplied/is not supplying similar
product/systems or subsystems at a price lower than that offered in the
present bid in respect of any other Ministry/Department of the Government of
India or PSU and if it is found at any stage that similar product/systems or
sub systems was supplied by the BIDDER to any other Ministry/Department
of the Government of India or a PSU at a lower price, then that very price, with
due allowance for elapsed time, will be applicable to the present case and the
difference in the cost would be refunded by the BIDDER to the BUYER, if the
contract has already been concluded.
8. Facilitation of Investigation
In case of any allegation of violation of any provisions of this Pact or payment
of commission, the BUYER or its agencies shall be entitled to examine all the
documents including the Books of Accounts of the BIDDER and the BIDDER
shall provide necessary information and documents in English and shall
extend all possible help for the purpose of such examination.
9. Law and place of Jurisdiction
This Pact is subject to Indian Law. The place of performance and jurisdiction
is the seat of the BUYER.
Page 53 of 62
11.1 The validity of this integrity Pact shall be from date of its signing and extend
up to 5 years or till complete execution of the contract to the satisfaction of
both the BUYER and the BIDDER/Seller, including warranty period,
whichever is later. In case BIDDER is unsuccessful, this integrity Pact shall
expire after six months from the date of the signing of the contract.
11.2 Should one or several provisions of this Pact turn out to be invalid; the
remainder of this Pact shall remain valid. In this case, the parties will strive to
come to an agreement to their original intentions.
12. The parties hereby sign this integrity Pact at New Delhi on _________________
BUYER
BIDDER
Witness Witness
1. _____________________ 1. __________________________
2. _____________________ 2.
__________________________
Page 54 of 62
Appendix-“F”
Page 55 of 62
15. Tenderers should ensure that they have duly filled up
Equipment and Quality Control Proforma given in the Tender
documents.
16. Tenderers should mention that Business dealing with their
firms has not been banned by any Govt/private agencies.
17. Tenderers should ensure that witness has signed at appropriate
places of the Tender documents and full name and address of
the witness have been mentioned clearly.
18. Tenderer should ensure to sign each page of the Tender
documents with name, designation, seal and address of the
signatory.
19. If the tenderer want to mention any specific condition, it should
be mentioned on the covering/ forwarding letter only which will
be placed on the first page of the technical bid. Such condition
mentioned in any other document shall not be given any
consideration.
20. Tenderers should mention their address for communication
with Telephone and Fax Number.
21 Procurement will be done as per Public Procurement
(Preference to Make in India), GOI Order 2017 vide D.O. No-
082/2/4/2016-CA.IV dated 30/08/2017.
22 Tenderers should ensure that product offered is in conformity
to the GOI gazette notification No-549 dated 02/03/2016.
23 100% tolerance clause under ongoing contract and up to 100%
repeat order clause under successfully execution of original
contract at the rates quoted at the time of placement of contract
or during the currency of the contract vide MHA order dated
21.02.2018 subject to the following condition:-
i. Performance Bank Guarantee @ 10 % of the value and
liquidated Damage for the delay supplies @ 1.5% per week
subject to maximum of 15% of the value.
24 (Guarantee / Warranty) at clause 4 and Comprehensive Annual
Maintenance Contract at clause 5 of important instructions of
tender enquiry
25 Training for 60 personnel for proper handling / operation
/minor repairs of UAV at Jagdalpur, Chhattisgarh.
Page 56 of 62
Application for enlistment of Indian Agent of foreign principal/ OEM as per
Appendix – G along with supporting documents.
APPENDIX – G
Application for Enlistment of Indian Agents of Foreign Principals
(Under compulsory enlistment scheme of Department of Expenditure, Ministry
of Finance)
1 Name of the Indian Agent
2 Address/telephone/fax/E-mail id of
Registered office
Head office
Website address if any
3 Status of Indian agent
a) Date of Incorporation
b) Constitution of the firm
i) Proprietorship/partnership (attach copy of
partnership deed and Form-A or equivalent entry
certificate from Registrar of Firms self certified)
ii) Public Limited/Pvt. Limited (Attach
Memorandum/Article of Association and copy of
certificate of incorporation self certified)
c) Names, addresses and telephone nos. of
proprietor/partners/Directors having interest in the firm.
d) If the firm is a subsidiary of an Indian/foreign company,
give particulars of parent/holding company ?
e) If there are other subsidiaries of the same parent company
in India, give full particulars
f) If the Directors/partners/Proprietor have financial interests
or are represented on Board(s) of other companies give
details
g) Income tax circle/ward/District in which the applicant firm
is assessed to Income-tax, give PAN and attach copy of PAN
certificate.
h) Sales Tax registration No(s)
i) Import export code number issued by DGFT, attach a copy
of certificate.
4 Name and address of foreign principals
Contact Telephone/fax No.
Website address
E-mail id
5 Stores for which enlistment is sought
Page 57 of 62
Page – 2
Place:
Page 58 of 62
CHECK LIST FOR FILLING THE APPLICATION
Page 59 of 62
ANNEXURE-1
AFFIDAVIT
(To be executed on non-judicial stamp paper of Rs. 10/- and attested by a Notary
public or 1st class magistrate)
Place :
Date :
Signature(s) of Deponent(s)
(Seal of the firm/Company)
--------------------------------------------------------------------------------------------------------
---
Verification
Signature(s) of Deponent(s)
(Seal of the firm/Company)
--------------------------------------------------------------------------------------------------------
------
Notes:
1. Strike out whichever is not applicable.
2. The applicants may submit the Affidavit separately or together as is
convenient.
Page 60 of 62
ANNEXURE-2
PERFORMANCE STATEMENT
Page 61 of 62
ANNEXURE-3
Director (Registration),
Directorate General of Supplies and Disposals,
Jeevan Tara , 5 Sansad Marg,
New Delhi-11001
Sir,
This is further certified that their account with this bank has been operated in
a satisfactory manner.
Yours faithfully
( )
Chief Manager
Bank /Branch with seal
Page 62 of 62