Walk thought metal detector

Technical Specification for Multi-Zone Door Frame Metal Detector (DFMD)

Sl. No. Specifications for Multi-Zone Door Frame Metal Detector (DFMD)
1 Passage Dimensions Height: 200 ± 5cm
Width: 070 ± 10cm
Depth: 060 ± 10 cm
2 Metal alarm Indication a. Visual: Alphanumeric display on the overhead control unit
LED zones on left and right side of the DFMD showing height on person bar display (metal locator).
b. Audible: Audible tone alert for metal indication, with at least 5 selectable audio tones and audio intensities.
3 Zones Not less than eight zones, covering full height of the instrument.
4 Sensitivity Wide range of sensitivity settings. All zones individually adjustable.
5 Static metal compensation Should automatically adjust/compensate for stationary metal in the vicinity.
6 Immunity to external RF interference (i)Should be immune to external RF transmission in the vicinity.
(ii) Automatic synchronization for DFMDs located close to each other up to a distance of one foot side by side.
7 Calibration Should have automatic calibration/self installation for easy setup.
8 Traffic Counter Intelligent traffic counter in Alphanumeric display on the overhead control unit.
9 Detection capability (i) Uniform detection over the entire walk through area from top to bottom.
(ii) Should be capable to detect both ferrous and non-ferrous metals including 9 mm cartridge.
(iii) Should be able to detect multiple metal objects of various sizes in different zones simultaneously.
10 Throughput rate A minimum of 25 people per minute.
11 Systems access protection Access for system settings should have password word protection. Should have built-in key pad or remote control via a serial/wireless link for accessing the system settings.
12 Health and Safety (i) Conform to relevant electric safety standard (supported by test certificate from NABL (India) accredited lab or by reputed labs from the country of origin of the equipment).
(ii) Magnetic field should be harmless to magnetic media, electronic devices, wearers of Pacemaker (heart) and pregnant women. Supporting test certificates from NABL (India) accredited lab or by any reputed lab from the country of origin of the equipment should be attached.
13 Test sample Standard test samples should be provided for testing the DFMDs.
14 Power Supply 220 + 10 VAC, 50 Hz with an internal or external power ON delay system up to 3 minutes.
15 Operating Temperature From 0 to 50°C.
16 Humidity Up to 90% Non-Condensing.
17 Weight < 100kg

Terms & Conditions for Multi-Zone Door Frame Metal Detectors (DFMD)

  1. Bids are invited from established, reputed and experienced original manufacturers or their authorized distributors, Governmental/Semi-Governmental Organizations and Public Sector Undertakings having minimum turnover of Rs. 2crore (two crore rupees) per annum for the last three years for supply, installation and commissioning of nine (09) Nos. of Multi Zone Door Frame Metal Detectors (DFMD) in Parliament of India. The bidding firms should furnish relevant documents as proof of minimum turnover requirement for the last 3 years and Income Tax Return files status, GST Registration Number, Name of Departments/ Ministry/ Government Organizations, where the firms supplied similar items earlier, status on Black listing by any Government agency etc.
  2. The bidding firm should have supplied the systems to any Governmental / Semi Governmental department and delivery confirmation certificate should be furnished in the support.
  3. All bidders participating in the tender must submit a list of their owners, partners etc. and certificate to the effect that the firm is neither blacklisted by any Government Department nor any Criminal Case is registered against the firm or its owner or partners or directors anywhere in India.
  4. Bidder must state categorically whether or not his offer conforms to all the tender terms and conditions. If there is a variation in any of the terms and conditions, the extent of variation and the reasons thereof shall be clearly mentioned in the technical bid.
  5. It will be imperative on each bidder to fully acquaint himself with all the local conditions and factors, which would have any effect on the performance of the contract and cost of the stores. No request for the change of price or time schedule of the delivery of stores shall be entertained, on account of any local condition or factor once the offer is accepted by the purchaser.
  6. Any activity of influencing the procurement process may result into rejecting of tender bid/ cancellation of purchase order/ forfeiting of performance security alongwith banning of firm for participation in future tenders of Lok Sabha Secretariat.
  7. Any information related to procurement of these systems including participation of your firm should not be published or advertised for any purpose whatsoeve
  8. Bidders are advised to study the tender documents thoroughly. Submission of tender shall be deemed to have been done after careful study and examination of the tender documents with full understanding of its implications.
  9. Lok Sabha Secretariat reserves the right to relax any of the terms & conditions.
  10. Bidders should not ask middlemen/agents/commission agents etc., to represent their cause
  11. Conditional bids, Telex/Fax bids and incomplete bids will summarily be rejected.
  12. Prices should be quoted in Indian Rupees and F.O.R Lok Sabha Secretariat.
  13. The prices should be excluding of all taxes/duties, civil, electrical and miscellaneous work involving installation and commissioning charges. Charges for civil work, electrical work, miscellaneous work, installation and commissioning may be shown separately item wise as per Appendix “A”. Lok Sabha Secretariat will pay all applicable taxes & duties at actual. No tax/duty exemption certificates will be provided by LSS.
  14. The offers should be valid for 180 days from the date of opening of tender.
  15. Bids must be accompanied with Bid Security (Earnest Money) of Rs.2,00,000/- (Rupees Two Lakh only) in the form of Demand Draft/ Fixed Deposit Receipt /Banker’s Cheque or Bank Guarantee from any of the commercial banks drawn in favour of “Drawing & Disbursing Officer, Lok Sabha, New Delhi” in an acceptable form. The bid security should remain valid for a period of forty five days beyond the final bid validity period i.e., 180 days from the date of opening of tenders. No interest will be paid on Earnest Money. Bids not accompanied by Earnest Money will not be considered.
  16. Micro and Small Enterprises (MSEs) as defined in MSE procurement policy issued by Department of Micro, Small and Medium Enterprises (MSME) or those firms who are registered with the Central Purchase Organisation or the concerned Ministry or Department are exempt from furnishing earnest money.
  17. Performance Security @10% of the contract value in the form of account payee Demand Draft or Fixed Deposit Receipt from a commercial bank or Bank Guarantee from a commercial bank in an acceptable form will have to be furnished by successful bidder within 15 days after receipt of award of contract irrespective of their registration status with DGS&D/ NSIC.
  18. Performance Security should be valid for a period of sixty days beyond all contractual obligations including warranty and AMC obligations i.e. 10 years (3 years warranty and 7 years AMC period) from the date of final acceptance, installation and commissioning of the equipments. Performance Security will be refunded (without any interest from Lok Sabha Secretariat where instruments have been en-cashed) after satisfactory completion of warranty and AMC period.
  19. Bid security (EMD) of the successful bidder will not be refunded until furnishing of the Performance Security as mentioned above.
  20. Bid securities of the un-successful bidder(s) will be returned within 30 days after the award of the contract of procurement.
  21. The EMD/Bid Security shall be forfeited:
    1. If a bidder withdraws his bid during the period of bid validity.
    2. In case the finally selected bidder fails:
      (i) to sign the contract in accordance with terms & conditions of this tender. (ii) to furnish Performance Security.
    3. If at any stage any of the information/ declaration is found false.
  22. Bidder(s) should seal the Technical bid and Financial bid in two separate covers superscribed as “Technical bid” and “Financial bid” respectively and should be placed inside a larger sealed cover superscribed as “Tender for supply of 9 Nos. of Multi Zone Door Frame Metal Detectors”. EMD/Bid Security may be placed in larger cover. In the Technical bid, the bidder must submit all the relevant details for alternative/optional items offered. In the Financial bid, price (item wise) and rate of applicable taxes should be mentioned separately for comparison and finding out L1 easily. The rates should be quoted as per Appendix-A.
  23. Partial bids will not be accepted. The tender is for supply and installation of nine (09) Nos. of Multi Zone Door Frame Metal Detectors in Parliament of India, New Delhi.
  24. Bidder(s) should ensure availability of after sales service and spare parts for ten years. All bidder(s) should give an undertaking that they would render after sales service and supply of spares throughout the declared life of the equipment i.e. ten years from the date of supply, installation, commissioning and handing over the complete system to this Secretariat. Technical Team of secretariat may visit the firm to ensure availability of infrastructure meant to provide after sales service. The firm should also provide complete operational training of the equipment to the concerned staff members of this secretariat at no extra cost.
  25. The tender is for supply of new Multi Zone Door Frame Metal Detectors. Only those firms who are in a position to give live demonstration of the equipment offered within 04 (four) weeks of notice and deliver the equipments within 08 (eight) weeks of signing of agreement with LSS should furnish their bids. The installation, testing and commissioning of the proposed system shall be completed within a period of 02 (two) weeks after the delivery of the stores at Parliament of India premises or within a period of 10 (ten) weeks from the date of award of the contract whichever is earlier. Equipments supplied by the successful bidder will be inspected by the authorized officials of Parliament Security Service, LSS and payment will be released only on the basis of their inspection certificate.
  26. The successful bidder shall hand over to LSS the installation and operation manual of the equipment at no extra cost.
  27. In case bidder(s) is/are a distributor(s), a copy of authorized dealer certificate issued by the principal firm should be enclosed.
  28. Bidders should submit the list of Govt. customers with their detailed addresses.
  29. Bidder(s) should quote on their letter pads. Supporting documents/certificates in respect of GST Registration no. should be submitted with the bids.
  30. Successful bidder shall have to enter into an agreement with Lok Sabha Secretariat within 21days of the issue of letter of acceptance. The agreement shall contain technical specifications, time schedule, payment schedule, warranty, AMC after warranty and penalty for delay in completion or violation of terms and conditions.

  31. Guaranty/ Warranty:

    1. The supplier shall provide on-site warranty for three years. The warranty will start from the next day of commissioning and handing over after satisfactory inspection report by the authorized officers of PSS.
    2. The supplier must have a maintenance base in Delhi/NCR to provide maintenance service of the system being offered efficiently and promptly.
    3. If the performance of any individual equipment fails to meet the contract specifications then the same shall be replaced by the supplier free of cost during warranty period within the time stipulated by the Lok Sabha Secretariat.
    4. Guaranty/Warranty will be comprehensive i.e., inclusive of all spare parts/consumables if any.
    5. In case of major defects requiring the defective equipment to be taken to supplier’s/OEM’s workshop, a suitable working substitute unit at no extra cost will have to be provided by the supplier. The to and fro transportation of the equipment will be responsibility of the supplier.
    6. A service engineer for attending & rectifying the faults and cleaning the DFMD on daily basis has to be made available by the supplier in Parliament complex from 0800hrs to 1900hrs during Intersession, till the adjournment of both the houses during Parliament Session and till the conclusion of the VVIP programmes in Parliament complex on working days/holidays as and when scheduled. If there is any fault in the machine on Sunday/Gazzetted Holiday, the engineer has to attend and rectify the fault and restore it within the time to be stipulated by Lok Sabha Secretariat. Preventive Maintenance will be carried out once in every 03 (three) months.

  32. Full Service Maintenance Agreement (FSMA) or AMC:

    1. The AMC will start from the next day of the expiry of warranty period.
    2. AMC will be comprehensive i.e., inclusive of all spare parts including consumables, if any.
    3. Bidder(s) should quote for AMC for a period of seven years. For calculation of AMC, taxes and duties, cost of civil work, electrical work, miscellaneous work, installation and commissioning should not be included. Total order value of AMC may be given as per Appendix “B”.
    4. The AMC charges would also be considered as a criterion for deciding the lowest bidder. AMC period will start after expiry of Guaranty/ Warranty period. Payment of AMC charges will be made on half yearly basis after completion of each half year and submission of bill for that period, subject to the supplier rendering the maintenance services efficiently and to the complete satisfaction of the purchaser for the said half year.
    5. No advance payment will be made for AMC.
    6. If the supplier fails to repair or replace any of the defective equipment(s), Lok Sabha Secretariat will be free to get it repaired/replaced from the market and its cost will be adjusted from the Performance Security or outstanding dues of the supplier.
    7. Supplier will have to enter into agreement with Lok Sabha Secretariat regarding permissible down time during warranty/AMC period and penalty for delay in maintenance services.

  33. Penalty:

    1. Permissible down time:
      1. In case of faults of minor nature like replacement of control cards, faulty connectors, power supply, software problems etc., the permissible downtime shall be four (04) hours from the time of reporting.
      2. In case of major fault(s) which require(s) replacement of Rx/Tx coils inside the panels, permissible downtime shall be two (02) working days from the time of reporting.”
    2. In case of delay in delivery of equipment/stores, penalty @2% per week on the cost of undelivered equipment/stores shall be levied. Maximum amount of such penalty is limited to 20%of the cost of undelivered equipment/stores. For further delay, LSS is free to cancel the contract/purchase order at the risk and cost of the vendor/supplier. For calculation of penalty, part of the week shall be counted as full week. Penalty shall be deducted from the payable dues/PSD.
    3. In case of delay in installation, integration, commissioning, handing over, training (if required) or failure/unsatisfactory performance report by the authorised officers of PSS, a penalty @2% of the contract value per week of delay shall be deducted from the payable dues to the vendor/supplier. Maximum amount of such penalty is limited to 40% of the cost of equipments/stores delivered. For delay beyond such limit, LSS shall be free to terminate the contract at the risk and cost of the vendor/supplier. For calculation of penalty, part of the week shall be counted as full week. Penalty shall be deducted from the payable dues/PSD.
    4. In case of delay in repair/service, maintenance or for any violation of due performance of the contract during warranty/FSMA period, penalty @5,000/- per day per equipment in addition to non-payment of pro-rata maintenance charges for the period(s) during which the said equipment(s) remain(s) non-functional beyond permissible downtime, shall be deducted. LSS shall also be free to terminate the contract during warranty/FSMA period, at the risk and cost of the vendor/contractor, if he fails to maintain/repair/replace the defective part as per the contract/downtime agreement.
  34. Sealed Tenders superscribing “Tender for Multi Zone Door Frame Metal Detectors” complete in all respects and addressed to The Joint Secretary (Security), Lok Sabha Secretariat, Room No.108, Parliament House, New Delhi-110001 should reach this Secretariat on or before 18/05/2018 by 1300hrs.
  35. A pre-bid meeting with the prospective bidders will be held in the Office of the Director (Technical), Lok Sabha Secretariat, Parliament House, New Delhi-110001, on 03/05/2018 at 1500hrs for clarifying the doubts if any at one time. Clarifications given in the pre-bid meeting shall be uploaded on Lok Sabha homepage on the next working day which shall be binding for all prospective bidders. No separate correspondence shall be made with prospective bidders in this regard.
  36. At the first instance only Technical bids will be opened on 18/05/2018 at 1530hrs (in case of holiday, the next working day) in the O/o The P&AO, Lok Sabha, Room No.302, Parliament House Annexe, New Delhi-110001 in the presence of bidder(s) or their representatives who desire to be present at the occasion with prior intimation to A.S. Wing (Phone: No.011-23034284) latest by 1330hrs on 18/05/2018.
  37. After evaluation of the technical bids, shortlisted bidder(s) will be intimated. The short listed bidder(s) would be required to give the live demonstration of the equipment offered in Parliament House Complex at their own cost. The decision of the Technical Committee on technical suitability of the offer shall be final and shall not be open for discussion.
  38. The financial bids of the only technically qualified bidder(s) will be opened in the O/o The P&AO, Lok Sabha, Room No.302, Parliament House Annexe, New Delhi-110001 in presence of bidder(s) or their representative, if they desire so. The date and time of opening of financial bids will be intimated to the short listed bidder(s).
  39. Total cost of the equipments after adding AMC charges of seven years will be considered for deciding L-1.
  40. All payments shall be made after completion, commissioning and handing over and submission of satisfactory inspection report by the authorized officers of PSS. All bills shall be raised in Indian rupees and payments shall also be made in Indian rupees. No advance payment shall be made to private firms.
  41. The commissioning or installation shall not be deemed to have been completed unless all the systems are accepted by the LSS. After installation an Acceptance Test will be carried out at the location of installation and the equipment that meets the acceptance test will only be accepted.
  42. Lok Sabha Secretariat will follow the prevalent procedural policy for procurement as per General Financial Rules (GFR) 2017.
  43. The Secretariat reserves the right to vary the quantities and /or split the order among the selected bidder(s) along with right to relax any of the Terms & Conditions.
  44. The Secretariat reserves the right to accept or reject any or all tender(s) without assigning any reason whatsoever at any stage of the procurement process.
  45. Disputes, if any, emanating from the resultant contract will be interpreted under the Indian Laws. All disputes shall be subject to the jurisdiction of courts of Delhi only
  46. Force Majeure: The Contractor shall not be liable for forfeiture of its performance security, liquated damages or termination for default, if the delay in performance or other failure to perform its obligation under the contract is a result of an event of Force Majeure. Such events may include wars, revolutions, fires, floods, epidemics, quarantine restrictions, freight embargoes etc. Lok Sabha Secretariat will decide whether the delay or failure on part of the supplier was the result of an event beyond his control or not on receipt of the written request from the firm. The decision of Lok Sabha Secretariat in this regard shall be final and binding on the supplier and will not be open to question before any court/forum in any proceedings.
  47. Appendix-A
    1 2 3 4 5 6 7 8 9 10 11 12
    S. No. Item description Unit price Applicable taxes Applicable duties Cost of civil work Cost of electrical work Cost of misc. work Installation charges Commissioning charges Total Remarks
    Tatal

  48. Appendix-B
    1 2 3 4 5 6 7 8 9 10
    S. No. Item description Order value (Col-11 of Appendix-A) (Rs.) AMC 1 st Year (Rs.) AMC 2 nd Year (Rs.) AMC 3 rd Year (Rs.) AMC 4 th Year (Rs.) AMC 5 th Year (Rs.) AMC 6 th Year (Rs.) AMC 7 th Year (Rs.) Total of (2 to 8) (Rs.) Grand total Price+AMC (11 of Appendix A + 9 of Appendix B) Remarks
    Total