PATENT OFFICE BOUDHIK SAMPADA BHAWAN, PLOT NO.32

GOVERNMENT OF INDIA
MINISTRY OF COMMERCE & INDUSTRY
OFFICE OF THE CONTOLLER GENERAL OF PATENTS,
DESIGNS & TRADEMARKS
PATENT OFFICE
BOUDHIK SAMPADA BHAWAN,
PLOT NO.32, SECTOR –14, DWARKA,
NEW DELHI -110078
E-mail:[email protected],
Website:www.ipindia.nic.in,
Tele: 011-28032253 Fax : 011-28034301,02
TENDER DOCUMENT FOR
PURCHASE OF DESKTOP MONITORS AND COMPATIBLE USB TO
VGA ADAPTORS
BY
INDIAN PATENT OFFICE
BOUDHIK SAMPADA BHAWAN,
PLOT NO 32, SECTOR-14 DWARKA NEW DELHI
GOVERNMENT OF INDIA
MINISTRY OF COMMERCE & INDUSTRY
OFFICE OF THE CONTOLLER GENERAL OF PATENTS,
DESIGNS & TRADEMARKS
PATENT OFFICE
BOUDHIK SAMPADA BHAWAN,
PLOT NO.32, SECTOR –14, DWARKA,
NEW DELHI -110078
E-mail:[email protected],
Website:www.ipindia.nic.in,
Tele: 011-28032253, Fax: 011-28034301, 02
No. IPO/DEL/IT/01/2015
Date: 28/01/2015
NOTICE INVITING TENDER (NIT)
On behalf of The President of India, Controller General of Patents, Designs & Trademarks
(CGPDTM) invites sealed rate tenders for purchase of Desktop Monitors on F.O.R. delivery
basis from vendors who have experience in supplying of Desktop Monitors to Government
departments or Public Sector Undertakings.
Nature of work
S.
No.
Period of
Period of
Last
Date of
(Rs.)
Supply
Sale of
date for
opening of
tender
submission Tender
document
of Tender
1,00,000 30 Days
a) Supply of 273
1.
EMD
28/01/2015 18/02/2015
(One
Desktop Monitors
(23 inches)
Lakh
b) Supply of 273
USB to VGA adapter
compatible with
above mentioned
monitor (without
external power
supply)
only)
to
Technical bid
up to 5:00 19/02/2015 at
18/02/2015 pm
11:00 am
up to 11:00
Financial bid
AM
20/02/2015 at
11:00 am
The tender documents can be purchased from the CASH COUNTER of the Patent
Office, New Delhi on a payment of Rs. 2000/- (Non refundable) through cash/ DD
drawn in favour of “ Controller of Patents”, payable at New Delhi. The tender documents
can
also
be
seen/
downloaded
by
visiting
Website:
www.ipindia.gov.in
or
www.tenders.gov.in D.D. of Rs. 2000/- favouring “Controller of Patents” payable at New
Delhi should be submitted as tender fee, if the tender document is downloaded from
website.
Introduction and Objective:
Office of the Controller General of Patents, Designs & Trade Marks intends to implement
the system of Dual Display (Extended Desktop) on the Desktops of the Officers of Patent
Office in order to enhance the workability in the paperless environment of Patent Offices. The
purpose of the introduction of extended desktop display is to facilitate simultaneously read,
write and search on the online electronic interface of IPO using extended display system.
Qualifying Criteria:
Tenders are invited from vendors who have experience in supplying of Desktop Monitors to
Government departments or Public Sector Undertakings with the eligibility as below:1. The Average annual financial turnover for last three years shall be at least Rs. 10
Crore. Copies of the balance sheets of last three financial years, duly certified by a
Chartered Accountant shall be submitted in support of the requisite financial
Turnover.
2. The bidder shall have successfully completed similar works of supplying of Desktop
Monitors during the last five years as mentioned below:
a.
At least five work orders, costing not less than Rs 40 Lakh each
OR
b
At least three work Orders, costing not less than Rs 70 Lakh each
OR
c
At least two work Orders, costing not less than Rs 1 Crore each
OR
d.
At least One Work Order, costing not less than Rs 2 Crore each
3. Copy of Sales Tax/VAT/Registration Certificate.
The bidders shall submit the copies of relevant documents to support their eligibility in the
Envelope-1 of the tender. The copies of these documents shall be signed and stamped by the
bidder and duly attested by a Notary Public.
Process for filing Tender:
The tenders are to be submitted in two separate sealed Envelopes/covers enclosed in a bigger
envelop.
ENVELOPE-1
The Envelope-1 shall contain the followings:
 D.D. of Rs. 2000/- favouring “Controller of Patents”, payable at New Delhi, is to be
submitted as tender fee, if the tender documents are downloaded from website.
 Earnest Money Deposit (EMD) as per NIT
 Acceptance letter for un-conditional acceptance of the Tender conditions as per
the
Proforma given in the Instructions to Tenderers. (Signed and Stamped) Annexure
„A‟
 An undertaking affidavit on Stamp Paper of Rs. 10/- as per Annexure „B‟
 Tendering Companies/Firms/Agencies are required to enclose self attested photocopies
of the following documents along with the Technical Bid, failing which their bids shall
be summarily/out-rightly rejected and will not be considered any further:a. Registration certificate:
b. Copy of PAN/TAN number, Sales tax registration, VAT registration.
c. Copy of the IT return filed for the last three financial years.
d. Copies of the OEM presence in India or channel partners / service providers,
authorised distributors / dealers / resellers.
 Copies of the experience of supplying orders for Govt. Deptt./ PSU etc.
Credentials/documents in support of meeting the Pre-qualifying criteria as
prescribed in the NIT.

This envelope shall be marked as:
Envelope-1: TECHNICAL BID including “EMD”,
„A‟,
Acceptance
letter/Annexure
Annexure „B‟, Signed tender document including NIT, GCC, etc.)
NIT No.
DUE ON :
FROM : (NAME OF THE TENDERER)
ENVELOP -2
The envelop 2 shall contain the following:
Price Bid duly filled in, signed and stamped on each page by the tenderer/ authorized
representative of the tenderer.
No cutting or overwriting shall be allowed and in any such cases the bid shall be treated
as CANCELLED AND TENDERER SHALL BE TREATED AS DISQUALIFIED.
This envelope shall be marked as:
ENVELOPE-2: PRICE BID for (Name of work as mentioned in NIT “Notice
Inviting Tender”)
NIT No.
DUE ON :
FROM: (NAME OF THE TENDERER)
Both envelopes (1 and 2) shall be placed in a bigger envelope with mention of Name of work,
date and time of submission of bids along with tenderer name and address and to be
submitted in The Patent Office, Boudhik Sampada Bhawan, plot no 32, Sector-14,
Dwarka, New Delhi-001178 before last date and time.
Tenders received after the last date shall be summarily rejected and will be returned to the
intending tendered in sealed condition.
The tenderer shall sign and stamp each page of this tender document and all other
enclosures appended to it as a token of having read and understood the terms and
conditions contained herein and submit the same along with the bid
The intending tenderer, if required, may submit questions in writing or e-mail at delhi-
[email protected], to seek clarifications latest by 06/02/2015 to the Patent Office, New Delhi.
The "Technical Bid" will be opened on 19th February 2015 at 11:00 AM in the
presence of the tenderers or/and their representatives at Conference Hall , Boudhik
Sampada Bhawan , Patent office, New Delhi.
“Financial Bid” will be opened on 20th February, 2015 at 11:00 AM , of those bidders
who are declared eligible in the technical bid.
CGPDTM or any person authorized by him reserves the right to accept/reject any or all the
tenders in part or full or divide the work among two or more parties without assigning any
reasons whatsoever and in such case bidders/intending bidders, shall not have any claim on
Office of Controller General of Patents, Designs and Trade Marks.
Administrative Officer
The Patent Office, New Delhi
General conditions of contract (GCC)
1. These General Conditions shall apply to the extent that they are not
superseded by provisions in other parts of the Contract.
2. The Goods supplied under this Contract shall conform to the standards
mentioned in the Technical Specifications, and, when no applicable standard is
mentioned, to the authoritative standard appropriate to the Goods.
3. All bids complete in every respect must reach this office within the last date
and time of receipt of bid. No extension shall be allowed for any reason what so
ever. Late tenders, Tenders received without Bid security/Earnest Money will be
rejected summarily.
4. Within 21 days of receipt of the notification of contract award/purchase order,
the Supplier shall furnish performance security for the amount specified in the
SCC.
5. The proceeds of the performance security shall be payable to the Purchaser as
compensation for any loss resulting from the Supplier's failure to complete its
obligations under the Contract.
6. The Purchaser or its representative shall have the right to inspect and/or to test
the Goods at the supplier’s site to confirm their conformity to the contract
specification at no extra cost to the purchaser.
7. Delivery of the Goods shall be made by the Supplier in accordance with the
terms specified by the Purchaser in the order within the period as indicated in
the tender document.
8. The Goods supplied under the Contract shall be fully insured in Indian Rupees
against loss or damage incidental to manufacture or acquisition, transportation,
storage and delivery in the manner specified.
9. Where the Supplier is required under the Contract to transport the Goods
to a specified place of destination within India defined as Project site, transport
to such place of destination including insurance, as shall be
specified in the
Contract, shall be arranged by the Supplier, and the related cost shall be included
in the Contract Price.
10. The Supplier warrants that the Goods supplied under this Contract are new,
unused, of the most recent or current models and that they incorporate all
recent improvements in design and materials unless provided otherwise in the
Contract.
The Supplier further warrants that all Goods supplied under this
Contract shall have no defect arising from design, materials or workmanship
(except when the design and/or material is required by the Purchaser's
Specifications) or from any act or omission of the Supplier.
11. The Purchaser shall promptly notify the Supplier in writing of any claims
arising under this warranty. Upon receipt of such notice, the Supplier shall
immediately within in 02 days arrange to repair or replace the defective goods or
parts thereof free of cost at the ultimate destination. The Supplier shall take over
the replaced parts/goods at the time of their replacement. No claim whatsoever
shall lie on the Purchaser for the replaced parts/goods thereafter.
12.1 Payments shall be made by the Purchaser normally within sixty (60) days
after submission of the invoice or claim by the Supplier along with the certificate of
successful installation, testing & commissioning from the officer authorized by
CGPDTM at respective location.
12.2 The Supplier's request(s) for payment shall be made to the Purchaser in
writing, accompanied by an invoice describing, as appropriate, the Goods
delivered and the Services performed, and by documents, submitted pursuant to
GCC Clause 7, and upon fulfillment of other obligations stipulated in the contract.
12.3 No advance payment or payment against Performa invoice will be made.
Payment will be made after receipt, inspection, and installation/testing
13. Prices charged by the Supplier for Goods delivered and Services performed
under the Contract shall not vary from the prices quoted by the Supplier in its bid.
14. No variation in or modification of the terms of the Contract shall be made
except by written amendment signed by the parties.
15. Delivery of the Goods and performance of the Services shall be made by the
Supplier in accordance with the time and delivery schedule specified by the
Purchaser in the Contract.
If at any time during performance of the Contract, the Supplier should encounter
conditions impeding
timely
delivery of goods and performance of Services, the
Supplier shall promptly notify the Purchaser in writing of the fact of the delay, its
likely duration and its cause(s).
As soon as practicable after receipt of the Supplier’s notice, the Purchaser shall
evaluate the situation and may, at its discretion, extend the Supplier’s time for
performance with or without penalty, in which case the extension shall be ratified
by the parties by amendment of the Contract.
16.
The Purchaser may, without prejudice to any other remedy for breach of
contract, by written notice of default sent to the Supplier, terminate the Contract in
whole or part:
(i)
If the Supplier fails to deliver any or all of the Goods within the period(s)
specified in the order, or within any extension thereof granted by the Purchaser
pursuant to GCC Clause 22; or
(ii) If the Supplier fails to perform any other obligation(s) under the Contract.
(iii) If the Supplier, in the judgment of the Purchaser has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract.
17.1 Notwithstanding the provisions of GCC Clauses 16,17, and 18, the
Supplier shall not be liable for forfeiture of its performance security, liquidated
damages or termination for default, if and to the extent that, its delay in
performance or other failure to perform its obligations under the Contract is the
result of an event of Force Majeure.
17.2 For purposes of this Clause, "Force Majeure" means an event beyond the
control of the Supplier and not involving the Supplier's fault or negligence and not
foreseeable. Such events may include, but are not
limited
to,
acts
of
the
Purchaser either in its sovereign or contractual capacity, wars or revolutions,
fires, floods, epidemics, quarantine restrictions and freight embargoes.
17.3 If a Force Majeure situation arises, the Supplier shall promptly notify the
Purchaser in writing of such conditions and the cause thereof. Unless otherwise
directed by the Purchaser in writing, the Supplier shall continue to perform its
obligations under the Contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by the Force Majeure
event.
18.1 The Purchaser and the supplier shall make every effort to resolve
amicably by direct informal negotiation any disagreement or dispute arising
between them under or in connection with the Contract.
18.2 If, after fifteen (15) days from the commencement of such informal
negotiations, the Purchaser and the Supplier have been unable to resolve
amicably a Contract dispute, either party may require that the dispute be
referred for resolution to the formal mechanisms.
19. Suppliers shall be entirely responsible for all taxes, duties, license fees,
octroi, road permits, etc.as well as any costs associated with the installation,
testing and commissioning of the Desktop Monitors with USB to VGA adaptors
as an extended Display into existing desktop systems.
Penalty:
The applicable rate for penalty is 1 % per week delay and maximum
deduction is 10% of the contract value, if the delay is more than three
months the contract is likely to be terminated.
Performance Bank Guarantee
The applicant who has been awarded the contract (successful bidder) shall
furnish a performance bank guarantee to the tune of 5% of the value of
the contract in the form of bank guarantee or FD receipt in the name of
Controller of Patents, New Delhi which should be valid for a period of sixty
days beyond the completion of all contractual obligations of the applicant
including warranty.
Performance security shall be forfeited and
credited
to the Government account in the event of breach of contractual
obligation by the applicant.
Jurisdiction
The disputes, if any, arising between the successful bidder and CGPDTM
shall be resolved amicably, failing which shall be referred to an Arbitrator,
mutually acceptable to both parties, appointed by the CGPDTM as per the
Arbitration and Conciliation Act, 1996. Alternatively, this shall be subject
to the exclusive jurisdiction of courts at Mumbai.
Tender fee
In addition to the documents as listed in the Notice Inviting Tenders (NIT),
the bidders downloading the Tender documents from the Website are
required to deposit the requisite tender fee of Rs. 2000/- (Non-refundable)
by way of a D.D. in favour of Controller of Patents”, drawn from any
nationalized or approved scheduled bank and payable at N e w D e l h i and
the same shall be enclosed in Envelope-I along with other documents.
Annexure 1
Technical Specifications for Monitors
1
2
3
4
5
Display size
(diagonal):
Technology
Aspect ratio:
Resolution (native):
Contrast ratio:
6
7
8
9
View angle:
Response time
Product color:
Tilt and swivel angle:
10
Connectivity:
11
Display features:
Plug and Play
Anti glare
User programmable
Language selection
On-screen controls
LED Backlight
Energy Star compliant
12
Warranty
atleast 3 years onsite
13
Accessories:
AC power cord
USB cable
VGA Port cable
Documentation CD
software (if any)
23 inches
In Plane Switching LED
Widescreen (16:9)
1920 x 1080 (Full HD)
1000:1 static
at least 2000000:1 dynamic
178° horizontal, 178° vertical
8 ms (max)
Black
Tiltable
Swivel: 360° (preferably)
1 Video Graphics Array (VGA), 1 (DVI-D) with
HDCP, atleast 1 USB 2.0/3.0
Technical Specifications for Display Adaptor
Connector(s)
Type
Hot swappable/Hot pluggable/Plug n Play
Connector Type(s)
1 - USB 2.0
1 - VGA
Performance
Supported Display Resolutions
Widescreen Standard(16/32 bit):
1600x1200, 1400x1050, 1280x1024, 1280x960, 1152x864,
1024x768, 800x600
Software
OS Compatibility
Windows 2000/ XP(32/64bit)/ Vista(32/64bit)/ 7(32/64bit)/ 8(32/64
bit)
Cable Requirements
Cable for USB 2.0 port to adaptor
TERMS AND CONDITIONS
1.
The bidder should have the following qualifications for bidding:
a. Shall be registered in India
b. Shall have OEM presence in India or channel partners / service
providers, authorised distributors / dealers / resellers
c. Shall have been in existence for not less than five years.
d. Shall be having sufficient experience and expertise in the relevant
field
e. Shall have experience of supplying orders for Govt. Deptt./ PSU etc.
for more than 3 years
f. Shall have PAN/TAN number, Sales tax registration, VAT registration
g. Should not be blacklisted by any Ministry/ Department of the
Government of India or any PSU or any other organization.
h. Should have minimum annual turnover of Rs10 Crore for each of the
last three years
i. Should have authorized service centers in Delhi/NCR, Kolkata,
Chennai and Mumbai.
2. Delivery Schedule: The Successful Bidder shall be able to deliver the
required items within a period of 30 days of placing order (on F.O.R. delivery basis)
Delivery/Installation is to be done as per following schedule:
S. No.
1
Office
Patent Office Delhi
2
Patent Office Chennai
3
Patent Office Kolkata
4
Patent Office Mumbai
Address
Intellectual
Property
Office Building, Plot No.
32, Sector 14, Dwarka,
New Delhi-110078
Intellectual
Property
Office Building, G.S.T.
Road, Guindy, Chennai600032
Intellectual
Property
Office Building, CP-2
Sector V, Salt Lake City,
Kolkata-700091
Boudhik
Sampada
Bhawan, Antop Hill, S.
M. Road, Mumbai - 400
037.
Quantity (approx..)
114
71
48
40
The exact quantity to be delivered at each location will be intimated to the selected
vendor
3.
Warranty : All the products must carry On Site Warranty as per technical
specifications
4.
Quality : The products asked for should be of very high standard and of
reputed company with authorized service centers in Delhi, Kolkata, Mumbai and
Chennai.
5.
Liquidated Damages : The Successful bidder shall be liable to indemnify the
CGPDTM in all respects and meet and pay off the litigation expenses and all the
liabilities including damages, sums etc. arising out of and as a consequence of the
negligence, deficiencies, mistakes, lapses, delays etc. in the execution of the
various jobs and the services provided.
6.
Responsiveness : The Successful bidder should ensure quick back up
response in case of equipment failure which should be replaced if needed within
24 hours of the distress call.
7.
Payment : There is no provision for making advance payment to the
Successful bidder.
8.
Purchase Order : The purchase order for the entire quantity can be placed
either in one lump sum or as per the requirement through repeat order. The
quantity shown is tentative and may increase or decrease.
A. PROFORMA FOR TECHNICAL BID
1
Description
Name of the Firm & Owner :
(With Tel.,Mob. Nos. and Email)
2
Professional Qualification of Owner
3
4
5
Type of Organisation
(Proprietorship/Partnership/Pvt.
Ltd./Limited Company)
Website of Tenderer Firm, if any
Month/Year of Establishment
6
PAN/Sales Tax/VAT Regd. Nos.
7
Annual Turnover
2011-12
2012-13
2013-14
8
Brand being offered/OEM
9
Whether product(s) offered by the
bidders are exactly as per the
configuration of CGPDTM.
If
not, indicate the changes in each
product
Total staff strength
10
11
No. of Engineers employed and
their Qualification
12
13
Details of Services centers including
Address, email , Contact no. etc. in
all four locations (Delhi, Kolkata,
Mumbai & Chennai)
Clientage (submit copies)
14
Details of Earnest Money
Information
15
Validity of Tender
16
Delivery Schedule
17
Whether Terms & Conditions and
Technical Specifications
Specified above are
acceptable to the Firm
Whether Warranty as per the
desired specification
Other Details, if any
18
19
Date
Signature of Owner/Authorized Representative
B. PROFORMA FOR FINANCIAL BID
S. No.
Item
Quantity
1
23 Inch Desktop
Monitor as per
Technical
specification
above
273
(As per Delivery
Schedule of para
2 of Terms and
Condition on
page no. 12)
2
USB to VGA
Display
Adaptor(without
external power
supply)
273 (As per
Delivery
Schedule of para
2 of Terms and
Condition on
page no. 12)
Price per Unit (Rs) [on
F.O.R. basis and
Inclusive of all taxes]
Total (Rs)
Date
Signature of Owner/Authorized Representative
Acceptance letter/Annexure A
I/We---------give un-conditional acceptance of the Tender conditions as given below:
Sl.
Description
Values/Description to be applicable for
No.
i)
relevant clause(s)
Name of work
SUPPLY OF DESKTOP MONITORS
AND COMPATIBLE USB TO VGA
ADAPTORS FOR PATENT OFFICE,
NEW DELHI
ii)
Client/Owner
CGPDTM
iii)
Type of Tender
Item Rate
iv)
Earnest Money
Rs. 1,00,000/- (Rupees One Lakh
Deposit/security Deposit
only)
v)
Time for
30 days from issue of letter/FAX/E-mail
vi)
Mobilization Advance
vii)
Interest
supply
Rate
of
intent
of acceptance of tender.
Not applicable
on
Not applicable
mobilization advance
viii)
Validity of Tender
90 (Ninety) days
ix)
Performance Guarantee
5% (Five Percent only) of contract value
within 30 days after signing of contract
agreement in the form of account payee
demand draft or bank guarantee or FD
which should be valid for a period of sixty
days beyond the completion of all
xi)
Warranty period
contractual
The productobligations
must carryofOnthe
Siteapplicant
Warranty
including
of 3 yearswarranty.
Signature of the tenderer/representative
Annexure- „B‟
Undertaking by the Tenderer
(a) I/We ………………………………………………………… agree to abide by and fulfill all terms and
conditions referred to above and as contained in tender documents elsewhere and in
default thereof, to forfeit and pay to CGPDTM, or its successors or its authorized
nominees such sums of money as are stipulated in the notice inviting tenders and
tender documents.
(b) I/We hereby
pay
the
earnest
money
of
amount
as
mentioned
in
the
“Memorandum to this Form of Tender” in favour of “Controller of Patents” payable at
New Delhi.
(c) If I/We fail to supply the item within 30 days of the date of issue of Letter of Intent
and/or I/we fail to sign the agreement as per contract and/or I/we fail to submit
performance guarantee as per contract, I/we agree that CGPDTM, shall, without
prejudice to any other right or remedy, be at liberty to cancel the Letter of Intent
and to forfeit the said earnest money as specified above.
(d) I/we
are
also
enclosing
herewith
the
Acceptance
letter
Proforma as referred to in condition of NIT as Annexure-“ A ”
Dated the
day of
SIGNATURE OF TENDERER
NAME (CAPITAL LETTERS)
ADDRESS
:
:
SEAL OF TENDERER
SIGNATURE OF WITNESS
NAME (CAPITAL LETTERS)
OCCUPATION
:
on
the
prescribed