Sei sulla pagina 1di 17

TENDER DOCUMENT

(e-Procurement two part tender)


Tender No: KSEDC/KCC/TSD/PUR/ENQ/CPD/004/13-14 dtd. 29-10-2013

Title Rate Contract for Spectacles

KERALA STATE ELECTRONICS DEVELOPMENT CORPORATION LIMITED


(A Government of Kerala Undertaking)
Keltron Communication Complex, Monvila, Kulathoor P.O,
Thiruvananthapuram-695583, Kerala
Tel: 0471-2598948, Fax:0471-2598984
E-mail: kelkcc.pur@gmail.com
INDIA

SECTION1
NOTICE INVITING TENDER
Tender No: KSEDC/KCC/TSD/PUR/ENQ/CPD/004/13-14 dtd. 29-10-2013
1. Kerala State Electronics Development Corporation Limited (Herein as referred to as KELTRON)
invites e-tenders from Authorised Distributor/ Dealer for Rate Contract for Hearing Aids (As per
Annexure 5) as per the Schedule of Requirement given in the General Terms & Conditions of the
Tender, for supplying through:-

(i)

Keltron Communication Complex, Trivandrum (Districts covered: Trivandrum,


Kollam & Pathanamthitta)

(ii)

Keltron Controls, Aroor (Districts covered: Alappuzha, Kottayam, Ernakulam,


Thrissur & Idukki)

(iii)

Keltron Electro Ceramics Limted, Kuttippuram (Districts covered: Malappuram &


Palakkad)

(iv)

Keltron Lighting Division, Kozhikode (Districts covered: Kozhikode & Wayanad)

(v)

Keltron Component Complex Limited, Kannur (Districts covered: Kannur &


Kasaragod)

The Vendors can quote appropriate suitable regions accordingly & should cover the respective
districts fully on the concerned regions.

2. The items shall be delivered our site at various Panchayaths/ Muncipalities/ Corporations in Kerala
State within 2 4 weeks after confirmation of P.O.

Schedule of Requirement
Sl.
No.
1.

Item Description

Quantity

Duration

----

1 Year
from the
date of
signing the
Rate
Contract

Spectacles as per Annexure 5 of this


Tender Document

TENDER EMD
FEE
Amount
(Rs.)
(Rs.)

----

----

3. The tender document should be submitted as per formats along with all relevant documents in
support of qualifications and experience.

4.

Important Dates & Time of the Tender shall be as below

Tender Notification
http://etenders.kerala.gov.in/nicgep/app

29-10-2013
KSEDC/KCC/TSD/PUR/ENQ/
CPD/004/13-14 dtd. 29-10-2013
Request for clarification, if any
from bidders.
Uploading of e-tender (both
Envelope 1 and 2)

Tender should be submitted online in


etenders.kerala.gov.in

Submission of Pre-Qualification
Cum Technical Bid in sealed
cover (Envelope-1)

Pre-Qualification Cum Technical Bid


at: Office of the Chief General Manager,
Keltron Communication Complex,
Monvila, Kulathoor.P.O., Trivandrum
695 583.

Opening of Pre-Qualification
and Technical Bids
Opening of Sealed Commercial
Bid

Will be
intimated later

5. Tender Documents shall be available only on the Internet and shall not be available for sales elsewhere.
6. KELTRON reserves the right to amend or cancel the tender in part or in full without prior notice at any
point of time
7. Keltron reserves the right to reject the bid of parties who have failed to provide adequate after sales
support for the products supplied against various orders.
8. Supplier shall provide access to their Website so that Keltron can verify whether the warranty
and coverage / scope details are updated in the website as per the order.
9. In the event of failure to deliver the materials as per the agreed delivery schedule, we should be entitled
to recover a sum equivalent to 1% of the value of materials not supplied in time for every 15 days delay
or part thereof subject to a maximum of 10% value. Also if the supplies are not within control, the buyer
is entitled to cancel the order and make necessary alternative immediate arrangements. Furthermore, if
the delay exceeds 21 days after the scheduled date of supply, such suppliers will not be considered for
the subsequent tenders.
10. The Special Instructions to the Contractors/Bidders for the e-submission of the bids are given under
Help to Contractors in website http://etenders.kerala.gov.in/nicgep/app
Head Materials
Kerala State Electronics Development Corporation Ltd
Keltron Communication Complex
Monvila, Kulathoor.P.O.,
Thiruvananthapuram-695 583,
Kerala
Tel: 0471-2598948 Fax:0471-2598984
Email: kelkcc.pur@gmail.com
3

SECTION 2
INSTRUCTIONS TO BIDDERS
1. INTRODUCTION - DEFINITIONS
1.1 KELTRON / The Buyer means Kerala State Electronics Development Corporation Limited.
1.2 "The Bidder / Vendor" means the individual or firm or company who participates in this tender and
submits its bid.
1.3 "The Supplier / Contractor" means the individual or firm making up the supply / work defined in the
Notice Inviting Tender.
1.4 The Supply Order/Purchase Order" means the order placed for the Rate contract for Spectacles.
1.5 "The Contract Price" means the price payable to the Contractor under the Supply Order / Purchase Order
for the full and proper performance of its contractual obligations
1.6 Non-Responsive Bid means a bid, which is not submitted in line with the tender requirements Invitation to Bidders, General Terms and Conditions of the Tender, Special Terms and Conditions of the
Tender and other conditions in the tender documents, Tender Fee etc.
2

ELIGIBILITY CRITERIA
2.1 Eligibility for Pre-Qualification Cum Technical Bid of Tender submitted 2.1.1 Bidders who are black listed by State / Central Government departments and
organizations are not eligible to participate in this tender and such bids will be summarily
rejected.
2.1.2 Bids containing Products of black listed companies will also be rejected
2.1.3 Documents to be submitted along with the Pre-Qualification cum technical bid of
Tender Document.
2.1.3.1
Certificate of Incorporation or Registration of the Firm / Partnership
2..1.3.2

Sales Tax Registration / Clearance Certificate.

2.1.3.3

Permanent Account Number.

2.1.3.4

Compliance statement as shown in Annexure - 4 shall be submitted.


Letter for Un-conditional Acceptance of Terms & Conditions of tender in the

Format listed as Annexure- 2 of the Tender Document.

2.1.3.5

Detailed specification of the items offered against schedule of


requirement listed in Annexure-5

2.1.3.6
A declaration Letter on your Letter Head by confirming the acceptance of SECTION 1, 2, 3
& 4 of our Tender Document.
3

COST OF BIDDING
3.1 The Bidder shall bear all costs associated with the preparation and submission of the bid. The Buyer, will
in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding
process.

BID DOCUMENTS
4.1 The required materials, bidding procedures and contract terms are prescribed in the Bid Documents. The
Bid Documents include4.1.1 Section

Notice Inviting Tender

4.1.2 Section

II

Instructions to Bidders

4.1.3 Section

III

General Terms & Conditions of the Tender


4

4.1.4 Section

IV

Special Conditions of the Tender

4.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid Documents.
Failure to furnish all information required as per the Bid Documents or submission of bids nonresponsive to the Bid Documents in every respect will result in rejection of the bid.
5

AMENDMENTS TO BID DOCUMENTS


5.1 At any time, prior to the date of submission of bids, the Buyer may, for any reason, whether at its own
initiative or in response to a clarification requested by a prospective Bidder, modify the bid documents by
amendments.
5.2 The amendments shall be notified and published in the location from where the original tender documents
were made available for download as notified in the Tender Notification.

PREPARATION OF BIDS - DOCUMENTS COMPRISING THE BID


6.1 The bid shall be in two parts as follows:

Cover 1: PRE-QUALIFICATION CUM TECHNICAL


BID Cover 2: COMMERCIAL BID
6.2 The Cover 1 shall contain:
6.2.1 KVAT Registration Certificate & Service Tax Registration Certificate.
6.2.2 Income Tax PAN.
6.2.3 Bidder Information Letter in Bidders Original Letter Head in the Format listed
as Annexure-1.
6.2.4 Bid Form in the Format listed as Annexure-2.

6.2.5 Detailed Specification/ Printed catalogue/ Technical manual/ User


manual/ Service manual, for the items which you are offering.
6.2.6 A declaration Letter on your Letter Head by confirming the acceptance of
SECTION 1, 2, 3 & 4 of our Tender Document.
6.2.7 Compliance statement of the items offered as per Annexure 4.
6.3

The Cover 2 shall contain:


6.3.1 Commercial Bid with all terms & conditions & Schedule of Item quoted in the
prescribed format.

Bid Submission
7.1 The bidder shall submit the above tender document online in PDF/xls/rar/dwf formats well in advance
before the prescribed time.

8.

BID PRICES
8.1

Prices in the Commercial bid format shall be entered in the following manner:
8.1.1 The Basic Unit Rate of the Item in Rs. and Kerala VAT amount / CST amount in Rs
shall be entered in the respective cells of the format. Since we are able to avail

KVAT Credit, weightage should be given - if your billing should be done from
inside Kerala. For CST billing C forms will be arranged by us. Hence the
quote should be on concessional tax rates only.
8.2

The rate quoted by the bidder shall be on F.O.R our Sites basis.

8.3

The bidder shall quote the rates in numerals. The rates shall be in whole numbers

8.4

All expenses incurred during delivery of the item at destination including unloading charges has to be
borne by the bidder

9.

DOCUMENTS ESTABLISHING ITEMS CONFORMITY TO BID DOCUMENTS

9.1 The bidder shall furnish, as part of his bid, documents establishing the conformity of his bid to
the Bid document of all Items and services, which he proposes to supply under the Contract.
Submission shall be as follows:
9.1.1

Bidder must attach required technical brochures / literatures / data sheets for all the products
asked in the tender to ensure that compliance to all the specifications given in the tender
document can be verified. All the brochures/literature/datasheets shall be counter signed and
stamped by the vendor or authorized signatory of vendor. Non-availability of specifications (as
mentioned in the tender document) in the brochure/literature will be treated as non-compliance
and no clarifications shall be asked in this regard. If bidder fails to submit the required
brochures/literatures along with the tender document, it shall be treated as non-compliance and
may lead to outright rejection of bid submitted by bidder. No clarifications in this regard shall
be sought from the bidder.

9.1.2

Each specifications sought shall be marked or highlighted in the attached brochures / literatures
/ data sheets. The brochures / literatures / data sheets shall be superscripted with the Item
Number and shall be arranged sequentially. The supporting documents shall carry all the
required specifications and same shall be marked.

9.1.3

The compliance statement submitted shall be duly supported by technical literature, equipment
brochures & other related reports / documents from the OEM. The compliance statement not
supported by the documentary evidence shall not be considered. Such bids shall be considered
as non-responsive and may result in rejection on technical grounds.

10 PERIOD OF VALIDITY OF TENDER (BID)


10.1 The Tender (Bid) shall remain valid up to 31st January 2014. The bidder shall not be entitled to revoke or
cancel the offer or to vary any term thereof, during the said period of validity without the consent in writing of
the Buyer.
10.2 If there is any delay in finalization of the tender due to unforeseen factors, all the bidders shall be asked to
extend the validity for an appropriate period, specifying a date by which tender is expected to be finalized. The
request and the responses thereto shall be made in writing. The tender process will not be vitiated if any
tenderer declines to extend the offer as requested for.
11 BID OPENING AND EVALUATION - OPENING OF PRE-QUALIFICATION CUM TECHNICAL
BIDS:
11.1 The Buyer shall open Pre-qualification cum Technical Bid on the Tender Opening Time and Date as notified
in this document and upload the details in the website.
6

12

EVALUATIONS AND COMPARISON OF SUBSTANTIALLY RESPONSIVE TECHNICAL


BIDS:

12.1 The Buyer shall evaluate in detail the Technical Bids (Cover 1) and determine whether the bid complies with
all the Qualitative Requirements (QRs) and shall be treated at par for the purpose of financial comparison.
Only technically successful bids will be considered for Commercial Bid opening.
13

OPENING OF THE COMMERCIAL BIDS:

13.1 Commercial Bids (Cover 2) of those vendors who qualify technically shall be opened. The Opening date of
the Commercial Bids will be uploaded in the website.
13.2 On comparison of evaluation, CST amount will be added on the cost of the bid. Kerala VAT will be
deducted from total cost of the bid.
14

CONTACTING THE BUYER


14.1 Canvassing in any form in connection with the tenders is strictly prohibited. No bidder shall try to
influence directly or through external source, the Buyer on any matter relating to its bid, from the time of
publication of the Tender Notification till the time the contract is awarded.
14.2 Any effort by a bidder to influence the Buyer in the bid evaluation, bid comparison or contract award
decisions shall result in the rejection of the bid, and such actions will be considered as bad performance
for future Tenders.

15

AWARD OF CONTRACT

15.1 The acceptance of the tender will be intimated to the successful bidder by the Buyer,
15.2 The Buyer shall be the sole judge in the matter of award of contract and decision of the Buyer shall be final
and binding.
15.3 The buyer reserves the right to accept or reject the tender in full or part.
15.4 The buyer reserves the right to cancel the contract either in part or full, if the contractor fails to deliver the
specified quantity of the item at the stipulated time, and award the same to the next successful bidder. LD
Clause will be imposing at the rates specified previously.
16

RIGHT TO ACCEPT OR REJECT THE TENDERS

16.1 The right to accept the tender in full or in part/parts will rest with the Buyer. However, the Buyer does not
bind itself to accept the lowest tender and reserves to itself the authority to reject any or all the tenders
received without assigning any reason whatsoever.
16.2 Tenders not accompanied with prescribed information or are incomplete in any respect, and/or not meeting
prescribed conditions, shall be considered as non-responsive and are liable to be rejected.
16.3 The Buyer reserves the right to accept or reject any bid or a part of the bid or to annul the bidding process and
reject all bids, at any time prior to award of contract without assigning any reason whatsoever and without
thereby incurring any liability to the affected bidder or bidders on the grounds for the Buyers action.
16.4 Tenders that are not accompanied with Tender fee shall be rejected outright..
16.5 The specifications indicated in the Tender Notification are the minimum and bids of the firms not
complying with these minimum requirements or having deviations equivalent to the minimum
requirements shall be rejected. However, higher than the minimum requirements shall be technically
acceptable without any additional financial implication.

SECTION 3
GENERAL TERMS & CONDITIONS OF THE CONTRACT
1

Purpose & Scope


1.1 This tender document includes details like quantity, delivery, location to be delivered and Warranty
support etc.
1.2 The item to be supplied against this tender must include all the modules.

Compliance
2.1 The unconditional acceptance of all the terms & conditions of the Tender Notification has to be
submitted through this website. The format of the letter is attached at Annexure-2.
2.2 The submission of the tender will imply acceptance of all the tender condition by the bidder laid in
tender document including all the Annexure(s) & schedules to the tender document.
2.3 The compliance to the terms & conditions should be supported by authenticated documentation
wherever required.

2.4 Any correction on the Bid not allowed.


Standard Conditions.
3.1 Standard printed conditions of the bidder to the offer, other than the conditions specified here, will not
be acceptable.
3.2 In the event of any discrepancy, the rates quoted by the bidder in the "basic unit rate" column will be
the correct basis and not the amount worked out by them.

Testing and Inspection


4.1 The testing and inspection of the equipment procured shall be carried out in two stages as follows.
4.1.1

Factory Inspection / Acceptance Testing

4.1.1.1 The Buyer or his representative shall have the right to conduct pre-dispatch inspection of
the Hardware and Accessories. Where the Buyer decides to conduct such tests on the premises
of the Original Equipment Manufacturer (OEM) or Supplier of the OEM, all reasonable
facilities and assistance like Testing Instruments and other test gadgets including access to
drawings and production data shall be furnished to the inspectors at no charge to the Buyer. The
schedule & procedure of testing shall be intimated to the bidder after the placement of the
Purchase Order. The successfully inspected / accepted items shall be sealed in the presence of
the Inspectors and signed by the inspectors accordingly.
4.1.1.2 Should any inspected or tested Items fail to conform to the Specifications the Buyer may
reject them and the Contractor shall either replace the rejected Items or make all alterations
necessary to meet Specification requirements free of cost to the Buyer.
4.1.2 Post receipt / pre-installation testing
4.1.2.1 This final testing / inspection shall be performed at the Customer site at the time of delivery
of the equipment and the Inspector shall inspect the goods. The inspector shall also check the
goods delivered against the models ordered. The inspector shall reject the items, which are not
delivered as per the contract or any subsequent modifications to the contract, in terms of the
Technical Specifications. The inspector shall also receive the goods after inspection.

4.1.3 Post installation Acceptance testing / Inspection


4.1.3.1 This testing / inspection shall be performed after the completion of installation at site. The
inspectors shall verify the component level details during this testing and shall sign the
installation report after successful completion of the post installation testing. Defects /
shortcomings brought out in this testing shall have to be attended as per the contract within the
permitted time schedule.
5

Compensation for Delay


If the successful bidder fails to complete the supply within time fixed under the contract, he shall pay to
KELTRON without prejudge to any other rights or remedy as may be available to the purchaser, an agreed
compensation amount calculated @ 1% for every 15 days, of the total value of the uncompleted portion of
the work, or part thereof subject to a maximum value equal to 10% of the value of the contract

Force Majeure
6.1 KELTRON may grant an extension of time limit set for the completion of the work in case the timely
completion of the work is delayed by force majeure beyond the contractors control, subject to what is
stated in the following sub paragraphs and to the procedures detailed their in being followed. Force
Majeure is defined as an event of effect that cannot reasonably be anticipated such as acts of God (like
earthquakes, flood, storms etc), acts of states, the direct and indirect consequences of wars (declared or
un-declared), hostilities, national emergencies, civil commotion and strikes (only those which exceed a
duration of ten continuous days) at successful Bidders factory. The successful bidders right to an
extension of the time limit for completion of the work in above-mentioned cases is subject to the
following procedures.
6.1.1 That within 7 days after the occurrence of a case of force Majeure but before the expiry of the
stipulated date of completion, the bidder informs the KELTRON in writing about the occurrence of
Force Majeure Condition (as per Annexure-3 to the tender document) and that the Bidder considers
himself entitled to an extension of the time limit.
6.1.2 That the contractor produces evidence of the date of occurrence and the duration of the force
majeure in an adequate manner by means of documents drawn up by responsible authorities.
6.1.3 That the contractor proves that the said conditions have actually been interfered with the carrying
out of the contract.
6.2 Apart from the extension of the time limit, force majeure does not entitle the successful bidder to any
relaxation or to any compensation of damage or loss suffered.

Patents, Successful bidder's Liability & Compliance of Regulations


7.1 Successful bidder shall protect and fully indemnify the KELTRON from any claims for infringement
of patents, copyright, trademark, license violation or the like.
7.2 Successful bidder shall also protect and fully indemnify the KELTRON from any claims from
successful bidder's workmen/employees, their heirs, dependents, representatives etc or from any
person(s) or bodies/ companies etc. for any act of commission or omission while executing the order.
7.3 Successful bidder shall be responsible for compliance with all requirements under the laws and shall
protect and indemnify completely the KELTRON from any claims/penalties arising out of any
infringements and indemnify completely the KELTRON from any claims/penalties arising out of any
infringements.
9

Settlement of Disputes
8.1 If a dispute of any kind whatsoever arises between the KELTRON and the Contractor in connection
with, or arising out of the Contract or the execution of the works, whether during the execution of the
Works or after their completion and whether before or after repudiation or after termination of the
contract, including any disagreement by either party with any action, inaction, opinion, instruction,
determination, certificate or valuation of the Project Leader or his nominee, the matter in dispute shall,
in first place be referred to the Executive Director, Keltron who shall act as the conciliator on the
matter. The disputes will firstly be settled by the Conciliator, failing which any party may invoke
arbitration clause.
8.2 Unless the Contract has already been repudiated or terminated or frustrated the Contractor shall in
every case, continue to proceed with the works with all due diligence and the Contractor and
KELTRON shall give effect forthwith to every decision of the Project Leader or his nominee unless
and until the same shall be revised, as hereinafter provided, by the Conciliator or in an Arbitral Award.

Arbitration and Law.


9.1 Except where otherwise provided for in the contract, all questions and disputes relating to the
provisions of this contract shall be settled under the Rules of Indian Arbitration and Conciliation Act,
1996, within thirty (30) days (or such longer period as may be mutually agreed upon from the date that
either party notifies in writing that such dispute or disagreement exists. The Managing Director,
KELTRON shall appoint the single Arbitrator for settlement of any dispute with regard to this
contract. The venue of Arbitration shall be Thiruvananthapuram, Kerala, India. The arbitration
resolution shall be final and binding upon the parties and judgment may be entered thereon, upon the
application of either party, by any court having jurisdiction.
9.2 Indian laws shall govern this contract.

10 TERMINATION FOR DEFAULT & RISK PURCHASE


10.1 The KELTRON may, without prejudice to any other remedy for breach of contract, by written
notice of default, sent to the Contractor, terminate this Contract in whole or in part in any or the
following events.
10.1.1 If the Contractor fails to deliver any or all of the Items within the time period(s) specified in
the Contract or any extension thereof granted by KELTRON pursuant to Clause 6 of
Section- 3.
10.1.2 If the Contractor fails to perform any other obligation(s) under Contract.
10.1.3 If the Contractor, in either of the above circumstances, does not remedy his failure within a period
of 30 days (or such longer period as KELTRON may authorize in writing) after receipt of the default
notice from KELTRON.
11 TERMINATION FOR INSOLVENCY
11.1 The KELTRON may at any time terminate the Contract by giving written notice to the supplier,
without compensation to the Contractor, if the Contractor becomes bankrupt or otherwise insolvent as
declared by the competent court provided that such termination will not prejudice or affect any right or
action or remedy which has accrued or will accrue thereafter to KELTRON. In the event of
termination for penalty to the contractor.
12 SET OFF
12.1 Any sum of money due and payable to the contractor (including security deposit refundable to him)
under this contract may be appropriated by the Buyer to set off the same against any claim of the
Buyer for payment of a sum of money arising out of this contract made by the Contractor with Buyer.
13 Contradiction
13.1 In case of any contradiction in or between the clauses above, the more stringent of the clauses shall
prevail.
10

SECTION - 4
SPECIAL CONDITIONS OF THE CONTRACT
1

Time Schedule & Delivery

The supply should be completed 2 4 weeks after confirmation of Purchase Order. Items shall be
delivered F.O.R. our Sites at various Panchayaths/ Muncipalities/ Corporations in Kerala State in
good condition.
2

Payment Terms
No mobilization advance shall be paid.
95% payment on back to back basis after getting collection from the customer & successful
supplies of items. 5% against Performance Bank Guarantee for a period of 1 year w.e.f the date of
supply to the end user.

Guarantee / Warranty
Warranty: 1 Year

4.

Substitution & Wrong Supplies

Unauthorized/Pirated substitution or materials delivered in error of wrong description or quality or


supplied in excess quantity or old versions shall be returned to the Contractor at his cost and risk,
and payment for - Supply of Unauthorized or Pirated or Sub-Standard or Old equipments detected
at any date during or after warranty shall be notified to the Contractor in writing. Such equipments
shall be replaced forthwith by the Contractor at his own cost. Any penalty or litigations arising out
of such supplies shall be the responsibility of Contractor and any consequential damages shall be
fully compensated by the Contractor.
5.

Dispatch Documents
Delivery Challan, Original Commercial Invoice in Triplicate, Original Excise Invoice (Original for
Buyer & Duplicate for Transporter Copies). Warranty Certificate, Test Reports etc.

6. Change of Specifications
a. No change of specification after the placement of Order shall be entertained unless the
alternate model offered are equivalent or higher in specifications and approval of the
competent authority has been obtained in writing for such a change of model before the
delivery of the product. Delivery of the alternate product without such an approval shall not
be accepted and KELTRON shall not be responsible for any delay in delivery schedule on
this account.
7. INTELLECTUAL PROPERTY RIGHTS
a. KELTRON recognizes the intellectual property rights of the Original Equipment
Manufacturer.
11

ANNEXURE-1

Bidder Information Letter


(To be submitted in Letter Head)

To
Head-Materials,
Keltron Communication Complex,
Monvila,Kulathoor. P.O.,
Thiruvananthapuram-695 583.
Kerala, INDIA.

Rate Contract for Spectacles


Sir,
With reference to the Tender No. KSEDC/KCC/TSD/PUR/ENQ/CPD/004/13-14 dated 29-10-2013
I / We have downloaded tender document from the website http://etenders.kerala.gov.in/nicgep/app for the
Tender and furnishing the following details for your information.
My / our full address for communication My/our full address on which PO to be
(with Telephone/ FAX Nos.)
placed (with Telephone/ FAX Nos.)

Signature of Bidder
(seal)

12

ANNEXURE-2
BID FORM
To,
Head-Materials,
Keltron Communication Complex,
Monvila,Kulathoor. P.O.,
Thiruvananthapuram 695 583.
Kerala, INDIA.
Sub: Bid Form
Ref. Tender No. KSEDC/KCC/TSD/PUR/ENQ/CPD/004/13-14 dated 29-10-2013
Dear Sir,
1.

2.
3.
4.
5.
6.
7.

Having examined the conditions of tender contract, the receipt of which is hereby duly acknowledged, I / We, undersigned, offer
to the Rate Contract for Spectacles and execute the P.O with tender specifications referred above and also to the said terms &
conditions of contract for the sum shown in the commercial bid(s) attached herewith and made part of this bid.
I / We undertake, if our Bid is accepted, to complete supplies 2 4 weeks from the date of confirmed P.O.
I / We agree to abide by this Bid up to 31st January 2014 and it shall remain binding upon us and may be accepted at any time
before the expiration of that period.
Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement.
We understand that you are not bound to accept the lowest or any bid, you may receive.
I / We affirm that I / We have enclosed the acceptance of all terms and conditions and also all brochures detailing the technical
specification of the items quoted by me/us.
The

tender

document

for

the

works

mentioned

above

have

been

obtained

by

me

from

the

URL:

http://etenders.kerala.gov.in/nicgep/app, the official website of Govt of Kerala and I / We hereby certify that I / We have read
the entire terms and conditions of the tender document, which shall form part of the contract agreement and I / We shall abide by
the conditions / clauses contained therein.
8.

I / We hereby unconditionally accept the tender conditions of KELTRONs tender document in its entirety for the above
supplies.

Dated this ..day of 2013


Signature of
In capacity of
Duly authorized to sign the bid for and on behalf of --------------------------------------------------Witness 1. -----------------Signature

Name & Address:

Witness 2. -----------------Signature

Name & Address:

13

ANNEXURE-3

FORMAT FOR INTIMATION OF FORCE MAJEURE OCCURRENCE


To,
Head-Materials,
Keltron Communication Complex,
Monvila,Kulathoor. P.O.,
Thiruvananthapuram-695 583.
Kerala, INDIA.

Name of Work: - Rate Contract for Spectacles


Tender No.: KSEDC/KCC/TSD/PUR/ENQ/CPD/004/13-14 dated 29-10-2013
Subject: Intimation regarding Force Majeure Case
Sir,
Pursuant to Clause #6, Section 3 - FORCE MAJEURE, it is for your kind information that a case of force majeure
has since occurred. Details are given below:
Date of
occurrence

Detail of
Incident

Activity
affected

Likely Delay Requested


Extension

We are entitled to an extension in the date of completion as requested above. Bar Chart with revised schedule of
activities is attached. Please approve the extension in the time. Evidence of the date of occurrence is also enclosed.
It is certified that performance of the Contract has been interfered with. It is also certified that the incident has not
occurred due to our own action and that there has not been any lack of action by us in preventing the occurrence.
We are only claiming the extension in the date of completion of the activity (ies) and not claiming the loss
incurred in the course of the incident.
Yours truly,

(Project Leader)/Contractor
Enclosures:
1.
2.

Revised Bar Chart.


Evidence of the occurrence of the Force Majeure case (.. sheets)

14

ANNEXURE-4

Tender No.: KSEDC/KCC/TSD/PUR/ENQ/CPD/004/13-14 dated 29-10-2013


Compliance Statement
No.

Name & Model


No. of product
offered

Specification as
per tender

Specification of Variation
the item offered

Cross reference to
attached
brochures/documents

Name & Address of Company

Signature of Bidder
(seal)

15

ANNEXURE-5

Schedule of Requirement

Rate contract for Spectacles


Sl. No.
1

Item Description
Spectacles as per the list given below

Quantity

------

Duration
1 Year from
the date of
signing the
Rate
Contract

DETAILED ITEM DESCRIPTION OF RATE CONTRACT FOR SPECTACLES

Sl.
No.
1

ITEM DESCRIPTION
SPECTACLES: LIGHT WEIGHT HIGH QUALITY, METAL GOLDEN/ SILVER/ GUN METAL
FRAME WITH CONCEALED SPRING SUPPORT AND UNIFOCAL POWER GLASS

SPECTACLES: LIGHT WEIGHT HIGH QUALITY, METAL GOLDEN/ SILVER/ GUN METAL
FRAME WITH CONCEALED SPRING SUPPORT AND UNIFOCAL POWER GLASS
(RESILENSE UNBREAKABLE)

SPECTACLES: LIGHT WEIGHT HIGH QUALITY, METAL GOLDEN/ SILVER/ GUN METAL
FRAME WITH CONCEALED SPRING SUPPORT AND BIFOCAL POWER GLASS

SPECTACLES: LIGHT WEIGHT HIGH QUALITY, METAL GOLDEN/ SILVER/ GUN METAL
FRAME WITH CONCEALED SPRING SUPPORT AND BIFOCAL POWER GLASS
(RESILENSE UNBREAKABLE)

SPECTACLES: LIGHT WEIGHT HIGH QUALITY, SHELL FRAME WITH CONCEALED


SPRING SUPPORT AND UNIFOCAL POWER GLASS

SPECTACLES: LIGHT WEIGHT HIGH QUALITY, SHELL FRAME WITH CONCEALED


SPRING SUPPORT AND UNIFOCAL POWER GLASS (RESILENSE UNBREAKABLE)

SPECTACLES: LIGHT WEIGHT HIGH QUALITY, SHELL FRAME WITH CONCEALED


SPRING SUPPORT AND BIFOCAL POWER GLASS (AVAILABLE IN 4 COLOURS)

SPECTACLES: LIGHT WEIGHT HIGH QUALITY, SHELL FRAME WITH CONCEALED


SPRING SUPPORT AND BIFOCAL POWER GLASS (RESILENSE UNBREAKABLE,
AVAILABLE IN 4 COLOURS)

16

MINIMUM SPECIFICATIONS FOR THE RATE CONTRACT


1.
The Vendor have to provide the services of enough number of Ophthalmic Assistants at
the medical Camp in time, even at short notice at their own risk and cost with Vision Test
Equipments. After the initial examination of visually impaired personnel by Doctors, the
Ophthalmic Assistants shall take Vision Test details perfectly to provide suitable spectacles.
The cost of test, casting and materials for casting and other materials including necessary
tools have to be borne by the Vendor, included in the rates.

2. The Vendor shall deliver/ distribute all the spectacles required at the corresponding
Units/ FOR Site or other places as per the requirement of customers distribution
Schedule. The price basis shall be FOR Site.

3. The Vendor shall provide Guarantee for the spectacles for 12 months from the date of
distribution of items. Any defect noticed during the above period, such devices shall be
replaced by the Vendor free of cost at Site.

4.

Any unforeseen expenses in connection with screening camp and distribution camp shall to
be borne by the Vendor.

Signature Not Verified


17

Digitally signed by Santhosh Kumar S


Date: 2013.10.29 12:52:10 IST
Location: Kerala

Potrebbero piacerti anche