Professional Documents
Culture Documents
:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
e-Tender Reference
ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Version 1.0
Page 1 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Table of Contents
1. Preamble ................................................................................................................................................................ 10
2. e- Tender Schedule............................................................................................................................................... 12
Page 2 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
9. Scope of Work....................................................................................................................................................... 38
9.1 Scope of work ............................................................................................................................................ 38
9.2 Inputs to the Inspection Agency................................................................................................................. 38
9.3 Inspection Parameters ............................................................................................................................... 39
9.4 Inspection Locations .................................................................................................................................. 39
9.5 Inspection Procedure ................................................................................................................................. 40
9.6 Project Plan ............................................................................................................................................... 40
9.7 Field Visit ................................................................................................................................................... 41
9.8 Setting up environment .............................................................................................................................. 41
9.9 Deployment of Inspection and QA Team ................................................................................................... 41
9.10 Acceptable Quality Level ........................................................................................................................... 43
9.11 Inspection and Acceptance ........................................................................................................................ 44
9.12 Commencement/suspension of inspection ................................................................................................ 45
9.13 Record keeping and Reporting .................................................................................................................. 46
9.14 Delivery Schedule and Contract period ..................................................................................................... 46
9.15 Basis for the Rates to be offered ............................................................................................................... 46
9.16 Exit Clause ................................................................................................................................................. 47
9.17 Special Conditions for Manpower ............................................................................................................ 47
10. Payment Clause .................................................................................................................................................. 49
Page 3 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Importance Notice
This Tender process is governed by the Tamil Nadu Transparency in Tenders Act 1998
and The Tamil Nadu Transparency in Tenders Rules 2000 (Website link
http://www.tn.gov.in/gorders/fin446-e.htm) as amended from time to time.
In case of any conflict between the terms and conditions in the tender document and the
Tamil Nadu Transparency in Tenders Act 1998 and the Tamil Nadu Transparency in Tenders
Rules 2000, the Act and Rules shall prevail.
Page 4 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Page 5 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
QA Quality Assurance
SAC Services Accounting Code
SD Security Deposit
STQC Standardisation, Testing and Quality Control
TDS Tax Deducted at Source
Page 6 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
a) The bids submitted online within due date and time will be opened on the scheduled
date and time in the presence of the bidders who are present.
b) The bidders have a right to insist on processing of technical bids in the bidders presence
only.
c) Price bid of technically qualified bidders will be done only in the presence of technically
qualified bidders or their representatives who are present.
d) Vendors / bidders are eligible for a vendor signed copy of the price bid comparison
statement on the spot.
Note: None of the above can be claimed if the authorised representative not present at
the relevant time and place.
MANAGING DIRECTOR
ELCOT
Page 7 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Letter of Undertaking
To
Sir,
Sub: Undertaking for participation in ELCOT's e-Tender - Reg.
Ref: Tender No. ELCOT/PID/OT/33396/LTC/INSPN/2020-21
I/We ----------------------- have gone through the Terms and Conditions, Scope of Work and
Specification and will abide by them as laid down in the Tender Documents(Technical bid and
Price Bid), fully in all aspects failing which, suitable actions can be taken against us as
applicable in the e-tender.
I/We ------------------------ hereby confirm that our Company has not been blacklisted by
any State Government/Central Government/Public Sector Undertakings during the last three
years. I/We also hereby confirm that our EMD/SD was not forfeited by any State Government /
Central Government / Public Sector Undertakings during the last three years due to our non-
performance, non-compliance with the tender conditions etc.
Page 8 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Yours faithfully
for _________________
Signature
Name:
Designation:
Seal
Note:
1) Declaration in the company’s letter head should be submitted as per the format given above.
2) If the bidding firm has been blacklisted by any State Government/Central Government/ State
Public Sector Undertakings earlier, then the details should be provided.
Authorised Signature:
Name of the Authorised person:
Designation:
Name of the Bidder:
Stamp of Bidder:
Page 9 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
1. Preamble
The Government of Tamil Nadu has decided to implement the scheme of distribution of
laptop computers to students studying in Government and Government aided Schools,
Polytechnic and Colleges and commenced the distribution from September 15th, 2011.
The scheme of free distribution of Laptop Computers to students will go a long way in
building quality human resource in the state.
The Government of Tamil Nadu vide G.O. Ms. No. 1 Special Programme
Implementation Department dated 03/06/2011 entrusted the task of procuring the Laptop
Computer under this scheme to ELCOT. The Laptop Computers will be procured in a
transparent manner through competitive bidding process following the procedures stipulated in
the Tamil Nadu Transparency in Tenders Act 1998 and Rules thereon.
ELCOT invited Tender through International Competitive Bid (ICB) for Supply and
Commissioning of 7,43,129 numbers of Laptop Computers throughout the State of Tamil Nadu
as per the Technical specification given in the Tender document during the year 2020-21.
Now, ELCOT invites offers for engaging suitable Third Party Agencies involved in the
field of standards based Personal Computer Testing as per Indian Standard IS:10673-1983
(Reaffirmed 2001) to provide pre-despatch inspection services at the Laptop Computer
manufacturing plants/Supplier’s Godowns of the Successful Bidders on Rate Contract basis.
Page 10 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
The Successful Bidder(s) of this Tender should work closely with ELCOT and the
manufacturers/suppliers of Laptop Computers to ensure success of the programme.
3 Head of Institution Head of Institution means the Head Master, Head Mistress,
Principal or whomsoever is heading the Institutions
5 Eligible Student The Student to whom the laptop computer is issued free of cost
(Beneficiary) for use.
6 Testing Agency Testing Agency is the Government of India Agency who conduct
the testing of the sample Laptop Computer as per the Indian
Standard specified in the Tender
7 Bidder Bidder means the party who makes a formal offer in pursuance
of the tender floated.
Page 11 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
2. e- Tender Schedule
Page 12 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
9 e-Portal Training and Pre-bid on 29.01.2021 @ 03.00 P.M at the address mentioned
meeting in Row(1) above
10 Due Date, Time and Place for on 08.02.2021 at 04.00 PM through the site
submission of Tender online https://tntenders.gov.in
11 Date, Time and Place of opening on 08.02.2021 at 04.15 PM at the address mentioned
of the Technical Bids online in Row(1) above
12 Date, Time and Place of Will be intimated only to the Technically Qualified
opening of Price Bids Bidders
Page 13 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
3. General Instructions
3.1 General
a) The Bidders are requested to examine the instructions, terms and conditions and
Specifications given in the Tender. Failure to furnish all required information in every
respect will be at the Bidder's risk and may result in the rejection of bid. Relaxation in
submission of the documentary proof had been given ONLY to the existing suppliers and
such relaxation from submission of documents is applicable wherever they are eligible to
avail.
b) It will be imperative for each Bidder(s) to familiarise himself / themselves with the prevailing
legal situations for the execution of contract. ELCOT shall not entertain any request for
clarification from the Bidder regarding such legal aspects of submission of the Bids.
c) It will be the responsibility of the Bidder that all factors have been investigated and
considered while submitting the Bids and no claim whatsoever including those of financial
adjustments to the contract awarded under this tender will be entertained by ELCOT.
Neither any time schedule nor financial adjustments arising thereof, shall be permitted on
account of failure by the Bidders to appraise themselves.
d) The Bidders shall be deemed to have satisfied themselves fully before Bidding as to the
correctness and sufficiency of their Bids for the contract and price quoted in the Bid to cover
all obligations under this Tender.
e) It must be clearly understood that the Terms and Conditions and Specifications are intended
to be strictly enforced. No escalation of cost in the Tender by the Bidder will be permitted
throughout the period of Agreement or throughout the period of completion of contract
whichever is later on account of any reasons whatsoever.
f) The Bidder shall make all arrangements as part of the contract to supply commission and
train the beneficiaries at various locations at their own cost and transport.
g) The Bidder should be fully and completely responsible to ELCOT and for the concerned
State Government Departments for all the deliveries and deliverables.
h) Any vendor who is blacklisted in ELCOT will not be eligible to bid for Tenders in ELCOT, as
per the conditions of blacklisting.
i) In case show cause notice has been issued by ELCOT for poor performance, then ELCOT
reserves the right to disqualify the bid submitted by such Vendor.
Page 14 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Page 15 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
for all purposes of the bid, the translation shall govern. Bids received without such
translation copies are liable to be rejected.
b) Notwithstanding anything mentioned above, the Tender Inviting Authority or the Tender
Accepting Authority may seek bonafide clarifications from Bidders relating to the tenders
submitted by them during the evaluation of tenders.
Neither the Purchaser/ELCOT nor the Successful Bidder shall be liable to the other for
any delay or failure in the performance of their respective obligations due to causes or
contingencies beyond their reasonable control such as:
a) Any act of God such as lighting, earthquake, landslide, etc or other events of
natural disaster of rare severity.
b) Meteorites or objects falling from aircraft or other aerial devices, travelling at high
speeds.
c) Act of war (whether declared or undeclared), threat of war, invasion, armed
conflict or act of foreign enemy.
Page 16 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Page 17 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
4. Eligibility Criteria
The Bidders should have the following Eligibility for participating in the Tender. The
Bidders should enclose documentary evidence for fulfilling the Eligibility in the Technical Bid. If
a bidder fails to enclose the documentary proof for eligibility, their bid will be summarily
rejected.
Page 18 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Conflict of Interest:
The successful Bidders for the supply of Laptop Computers in the ELCOT’s Tender reference
No.
ELCOT/PID/ICB/LTC/PI-2/2011-12,ELCOT/PID/ICB/LTC/PII/2012-13,
ELCOT/PID/ICB/LTC/PIII/2013-14,ELCOT/PID/ICB/LTC/PIV&V/2014-15,
ELCOT/PID/LTC/PVI/2016-17, ELCOT/PID/ICB/LTC/PVII, VIII &IX/2018-19 and the
Prospective Bidders for the forthcoming tender ELCOT/PID/ICB/LTC/P X/2020-21 are not
eligible to participate in this Tender.
In the event of any doubt as to the independence of the prospective Bidder for this tender,
ELCOT’s decision will be final.
Important Note:
1) Bidders should ensure that they have submitted all the required proof of documents
self-attested and signed with seal as specified in the Tender document without fail.
Bids received without the supporting documents to prove their eligibility are liable for
rejection. Bidder must be in a position to produce original for verification as and when
demanded by ELCOT, failing which, such of those documents will not be considered.
2) ELCOT reserves the right to verify the Authenticity and Veracity of any documents
submitted for Eligibility criteria.
Page 19 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Page 20 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Page 21 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
(c) At the time of opening of Technical Bids, the payment committed in the Bid should
be factual and should match with the details of the physically submitted payment
receipts.
(d) Even though the payment particulars are entered in the Tender portal, and if the
Bidder fails to submit the payment receipts, their bid is liable for rejection. If any of
the information committed in the e-Tender Bid, does not match with physically
submitted payment receipt, ELCOT reserves the right to reject the bid summarily.
a) The content format of the Technical Bid will be presented in the tender site and the bidder
has to upload the relevant documents in the format, as asked in the tender against each
item. The Bidder has to verify each uploaded document and then sign the same using the
Digital Signature Certificate (DSC) before final submission.
b) The Technical Bid Format should not be changed or altered or tampered. If the Bid format
is found to be tampered, the Bids will be summarily rejected.
c) The Technical Bid documents uploaded should not contain any Price indications strictly;
otherwise the Bids will be summarily rejected.
d) The bidders should submit the details of make and model of the items offered against the
tender requirement as per the compliance sheet is given in the Technical bid Annexure-7
(A1.3.8).
Page 22 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
a) The Price Bid Form called Bill of Quantity (BOQ) will be in spread sheet format. The
original BOQ should be downloaded from the tender site, filled in at the appropriate places
indicated in offline and then it has to be uploaded with the same name against the price
bid option. The BOQ has to be verified and then signed using the DSC before final
submission.
b) The Price Bid Form should not be changed or altered or tampered. If the Bid form is
tampered, the Bids will be summarily rejected.
c) The Price Bid Form should not contain any conditional offers or variation clauses;
otherwise the Bids will be summarily rejected.
d) The Prices quoted shall be only in INDIAN RUPEES (INR) only. The tender is liable for
rejection if Price Bid contains conditional offers.
e) The cost quoted by the Bidder shall include cost and expenses on all counts viz., cost of
equipment, materials, tools, techniques, methodologies, manpower, supervision,
administration, overheads, travel, lodging, boarding, in-station & outstation expenses, etc.,
and any other cost involved in the supply.
f) The cost quoted by the Bidder shall be kept firm for a period specified in the Tender from
the date of opening of the tender. The Bidder should keep the Price firm during the period
of Contract including during the period of extension of time if any. Escalation of cost will
not be permitted during the said periods or during any period while providing services
whether extended or not for reasons other than increase of duties / taxes payable to the
Governments in India within the delivery period specified in the tender. The Bidders
should particularly take note of this factor before submitting the Bids.
g) The Prices finalised after negotiations should be kept valid during the Rate Contract period
and no escalation in the final price will be entertained including reasons due to Foreign
Exchange fluctuations.
h) Exchange Rate fluctuations (Foreign Currency Rate Exchange) cannot be cited as
reasons for the delay or dishonour of Purchase Order.
Page 23 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Page 24 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
All responsive Bids will be considered for further evaluation. The decision of ELCOT will be final
in this regard.
Page 25 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
substance of the Bid or price quoted. During the course of Technical Bid evaluation, ELCOT
may seek additional information for verification to facilitate decision making. In case the
Bidder fails to comply with the requirements of ELCOT as stated above, such Bids may at
the discretion of ELCOT, shall be rejected as technically non-responsive.
a) During the Bid evaluation, if any suppression or misrepresentation is brought to the notice of
ELCOT, ELCOT shall have the right to reject the Bid and if after selection, ELCOT would
terminate the contract, as the case may be, will be without any compensation to the Bidder
and the EMD / SD, as the case may be, shall be forfeited.
b) Bidders shall note that any figures in the proof documents submitted by the Bidders for
proving their eligibility is found suppressed or erased, ELCOT shall have the right to seek the
correct facts and figures or reject such Bids.
c) It is up to the Bidders to submit the full copies of the proof documents to meet out the
criteria. Otherwise, ELCOT at its discretion may or may not consider such documents.
The Tender calls for full copies of documents to prove the Bidder's experience and capacity
to undertake the project.
a) A Tender Scrutiny Committee will examine / scrutinise the Technical Bids against the
Eligibility Criteria and Evaluation Criteria given in the Tender document. The evaluation will
be conducted based on the support documents submitted by the Bidders. The documents
which did not meet the eligibility criteria in the first stage of scrutiny will be rejected in that
stage itself and further evaluation will not be carried out for such bidders. The eligible
Bidders alone will be considered for further evaluation.
b) For those Bidders who have already worked or working with ELCOT, their previous
performance in ELCOT would be the mandatory criteria for selection. If any unsatisfactory
performances of those Bidders are found, their Bids will be straight away rejected.
Page 26 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
1. The Price Bids of the Technically Qualified Bidders alone will be opened online for
evaluation in the presence of the Technically Qualified Bidders who are present at ELCOT.
The Price bid shall include all the expenses toward this tender. The Bidders or their
authorised representatives will be allowed to take part in the Price Bid Opening.
2. All the taxes indicated in the Price Bid will be taken for the Price Bid evaluation as per the
Tamil Nadu Transparency in Tender Rules 2000 with latest amendments.
3. The Price Bid Evaluation shall include GST as part of the price. The taxes (GST) quoted by
the bidders will not be taken for the price bid evaluation. However the GST rates quoted
should comply with the statutory guidelines. The Duties and Taxes as applicable at the time
of supply within the Delivery Schedule specified in the Tender will be paid. In case, the
Duties and / or taxes have been reduced retrospectively, after award of contract and within
the delivery schedule, the Inspection agency is liable to return the same.
4. The prices will be evaluated as per the tender rules and the decision of ELCOT will be final.
The bidder should quote for all the items mentioned in the tender document. Partial bid is not
allowed.
5. The bidder shall quote for the main items as well as for all the optional items mentioned in
the tender document.
6. The total value excluding applicable Local Taxes and including all other duties and charges
(Such as Customs Duty, Installation Charges etc., as per the guidelines stated above) for all
the items will be taken up for Price Bid evaluation. The Bidders who quote L1 Price for the
total value of items will be called as L1 Bidder. However, the L1 Bidder may be asked to
match the L1 Prices of line items if any, in case they are not L1 for those line items.
Page 27 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
7. The Technically Qualified Bidders will be negotiated to match L1 Price. If more than one
Bidder matches the L1 Price, then order may be placed more than one Bidder, who matches
the L1 Price. However, preference will be given to the L1 Bidder. The L1 Bidder will be given
an order value more than the other Bidders, who match the L1 Price.
8. All the Bidders, who are selected after the Price Bid evaluation will be called as Successful
Bidders.
9. The Successful Bidder should not sell the Tendered items to any other Customers at the
price which is lower than the final negotiated price offered to ELCOT. If it is found that it has
been sold at lower rate, then that lower price will be fixed by ELCOT for that item in future
and also for the already supplied quantities under this tender.
6.6 Negotiations
Negotiations will be conducted with all the Successful Bidders for improvement in the Scope
of Work, Specification, further reduction in price and advancement of delivery schedule.
Page 28 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
4. Ask other technically qualified Bidders to match the L1 price as this is a rate contract
tender.
5. Reallocate the quantity to other Bidder, if delivery performance of the Bidder is not as per
the Schedule.
6. Inspect the bidders' factory before or after placement of orders and based on the
inspection.
7. Modify the quantity ordered.
8. Withhold any amount for the deficiency in the service aspect of the ordered items supplied
to the customers.
9. Negotiate with the Bidder whose offer is the lowest evaluated price for further reduction in
prices.
Page 29 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
7. Execution of Work
The Successful Bidders will be required to remit the Security Deposit (SD) equivalent to Five
percent of the value of the order, inclusive of EMD paid through online by RTGS/NEFT mode
as per the Sl.no.5 of the tender schedule or in the form of unconditional irrevocable Bank
Guarantee valid for a period of 15 months from the date of letter of acceptance / bank
guarantee. The SD shall be paid within 7 days from the date of issue of Letter of
Acceptance (LOA) by ELCOT. The Security Deposit will be refunded to the Successful Bidder
only after the satisfactory completion of the contract period or extended the period, if any. The
Security Deposit held by ELCOT till it is refunded to the Successful Bidder will not earn any
interest thereof. The Security Deposit will be forfeited, if the Successful Bidder withdraws the
Bid during the period of Bid validity specified in the Tender or if the Bidder fails to sign the
contract.
Page 30 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
b) The Successful Bidder shall not assign or make over the contract, the benefit or burden
thereof to any other person or persons or body corporate for the execution of the contract or
any part thereof without the prior written consent of ELCOT. ELCOT reserves its right to
cancel the purchase order either in part or full, if these conditions are violated. If the
Successful Bidder fails to execute the Contract within the stipulated time in the tender, the
EMD/SD of the Successful Bidder will be forfeited and their tender will be held as non-
responsive.
c) The expenses incidental to the execution of the Contract shall be borne by the Successful
Bidder.
d) The conditions stipulated in the Contract shall be strictly adhered to and violation of any of
the conditions will entail termination of the contract without prejudice to the rights of ELCOT
and ELCOT also have the right to recover any consequential losses from the Successful
Bidder.
7.7 Release of SD
The Security Deposit will be refunded to the Successful Bidder on completion of entire supply
subject to satisfaction of ELCOT. Such completion would be arrived at when the entire quantity
is supplied by the Successful Bidder(s) as per the Contract Agreement and as per Work
Order(s) issued by ELCOT from time to time.
Page 31 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
ELCOT may at any time terminate the Contract by giving written notice with a notice period of 7
days to the successful bidder, if the Successful Bidder becomes bankrupt or otherwise
insolvent. In this event, termination will be without compensation to the successful bidder,
provided that such termination will not prejudice or affect any right of action or remedy that has
accrued or will accrue thereafter to ELCOT.
Page 32 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
ELCOT may written notice, with a notice period of seven days sent to the Successful Bidder,
may terminate the Contract, in whole or in part, at any time for its convenience. The notice of
termination shall specify that termination is for ELCOT’s convenience, the extent to which
performance of work under the Contract is terminated, and the date upon which such
termination becomes effective. On termination, the Successful Bidder is not entitled to any
compensation whatsoever.
A penalty will be levied at the rate of 5% per day on the value of the work pertaining to the day
of the event if the Inspection of number of lots offered, dependents upon the situation is not
completed in full within the stipulated time. If such failure happens for more than two occasions,
apart from forfeiting the Security Deposit paid by the Inspection Agency, such failure may entail
black-listing of the Service Provider.
Page 33 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Page 34 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
8. Specifications
Note: The Successful bidder shall gothrough the below specifications indicated in the ICB
tender to carryout the Third party inspection.
Page 35 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
16 Certifications RoHS and BIS certificates are must for the quoted
model. The copy of the certificates should be
submitted along with the technical bid.
17 Operating System a) BOSS Linux from Centre for Development of
Advanced Computing (CDAC) will be sourced by
ELCOT and the same shall be preloaded.
b) Windows 10 Pro National Academic Edition or
latest under STF program should be preloaded and
factory activated.
c) Antivirus software with at least one year support
(Licenced) / Windows Defender shall be preloaded.
18 Standard accessories Power cable with three pin socket and plug, length
should be minimum 2.5 meters or higher (from end
to end power plug point to Laptop), Power adopter
and charger, User manual, Laptop Backpack.
20 Qualifying bench mark & A) BAPCO Sysmark 2014 SE with 64 bit Windows
Technical Specification 10 overall score of 400 or higher (OR) PC Mark
Compliance 10 Extended with 64 bit Windows 10 overall
score of 1200 or higher.
Page 36 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
5. Padding Padded handle, Padding on the back for comfort and air flow
curved and padded contoured shoulder straps.
6. Logo and image Government Logo, image and Scheme name shall be screen
printed on the front pocket as per the design which will be
given by ELCOT.
Page 37 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
9. Scope of Work
9.1 Scope of work
a) The Scope of Work is to conduct pre-dispatch Inspection and Quality Assurance of
Laptop Computers to be supplied pursuant to ELCOT Tender No.
ELCOT/PID/OT/33396/LTC/INSPN/2020-21 for the procurement of 7,43,129 Nos. of
Laptop Computers under the scheme of Government of Tamil Nadu free distribution of
Laptop Computer to the students.
b) The inspection and QA shall be conducted at various Manufacturers’ plants in India and
other locations in Tamil Nadu. The inspection may also to be conducted at additional
places anywhere in India to be specified by ELCOT by positioning inspection team(s).
The plant/locations where inspection and QA needs to be carried out hereinafter will be
called as Inspection Locations.
c) The Successful Bidder hereinafter called as Inspection Agency shall deploy the
inspection teams at the locations, conduct inspection and acceptance of the laptop
computer shipments so as to ensure that the various conditions and technical
parameters as specified in the ELCOT Tender reference No: ELCOT/PID/ICB/ LTC/P
X/2020-21 and also as per the sample laptop computer test report issued by ETDC are
duly fulfilled.
Page 38 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
g) ELCOT may nominate its Official(s) to supervise the quality of manufacturing at the
plant and also the pre-despatch inspection activity.
h) Further instructions and guidelines in due course.
1. The type testing and environmental testing will be conducted by ELCOT as and when
considered necessary by ELCOT during the contract period. When requested by
ELCOT, the Inspection Agency shall draw one sample from the finished goods and
submit to ELCOT for type testing and approval from ETDC as per the IS 14896:2001
standards.
2. The sample should give the same or better result with the sample laptop computer
approved by ETDC laptop computer procurement tender evaluation. If the sample drawn
by the inspection Agency fails in the type testing, subsequent production shall be
allowed only after the cause of the defect is rectified in the ongoing production and in
finished goods already on hand.
3. The Inspection Agency shall conduct the process inspection, configuration testing,
operational testing of the devices, Traceability markings, input voltage variation, battery
backup with charge/discharge as per the Technical Specification and drop testing and
any other inspection as requested by ELCOT from time to time.
b) The Inspection Agency shall ensure that Laptop computers manufactured and supplied
under the scheme shall be of the same or better quality with the test conducted on
sample laptop computer during the technical evaluation of the laptop computer supply
tender.
Page 39 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
c) The Inspection Agency shall conduct an inspection for the specification conformity of
backpacks supplied under this scheme.
Page 40 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
a) The Inspection Agency shall arrange required number of teams for deployment at the
various manufacturing plants and/or other locations in Tamil Nadu or India. The
inspection shall be held concurrently with the production and two shifts per day shall be
operated if required (Cost should be quoted for one shift only).The number of
inspection teams and shift operations may vary depending on the number of
Page 41 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
The engineers proposed to be deployed for this project shall be trained on the scope of
the work, inspection procedures and sampling plans. The engineers shall be familiar with
the Indian Standards as specified in the tender document.
a) The Inspection Agency shall keep trained reserve engineers possessing the
qualification and experience as specified in the Tender to effect immediate
replacements.
b) The engineers deployed in the project shall not be changed unless there is a valid
reason for change. If change is necessitated, the Inspection Agency shall ensure that
the reserve engineer joins the team and get the knowledge transfer before relieving the
outgoing engineer.
c) The shift rotation shall be planned among the teams
Page 42 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
d) If ELCOT finds any of the engineers has committed serious misconduct or reasonable
cause to be dissatisfied with performance, the Inspection Agency shall replace the
engineer upon written request from ELCOT.
e) ELCOT shall not be liable or responsible for any damages or compensation payable to
any engineers provided by the Inspection Agency to the project under this Tender. The
Inspection Agency shall undertake to indemnify and keep ELCOT and/or the
Government of Tamil Nadu always indemnified against all such damages, losses,
expenses and compensation and all such claims proceedings, damages, costs, charges
and expenses whatsoever in respect thereof or in relation thereto.
a) The Inspection Agency shall comply with the statutory regulations governed by State
and Central Government.
b) The Inspection Agency shall bear all the salaries, allowances, boarding & lodging and
any other expenses associated with this Tender.
c) The Inspection Agency shall be responsible for remittance of the Provident Fund and
any other statutory payments as governed by the statutory bodies in India.
d) ELCOT will not be responsible or liable for any payments directly or indirectly to the
deployed manpower or statutory payments.
e) The Inspection Agency, shall submit proof of Provident Fund/ESI remittance or
Provident Fund returns along with the bills in respect of the manpower deployed in this
regard. Otherwise, the bills will not be honoured.
a) A random sample should represent the batches of the same model, same type, and
same design and manufactured by the same technique under similar conditions of
production. The batch size can be changed subject to the production capacity per
day. The sample size shall be at least 1% of the batch size. The acceptable quality
level is indicated below.
Page 43 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
b) Conformity Criteria:
Sl. Conditions Decisions
No.
1 If first sample defectives = 0 Batch shall be accepted
2 If first sample defectives = or > 2 Batch shall be rejected for rework
3 If first sample defectives = 1 Second sample shall be drawn
and inspected
4 If second sample defectives = 0 Batch shall be accepted
5 If second sample defectives = or > 1 Batch shall be rejected for rework
c) The Inspection Agency should verify the source of critical components being used in
the manufacturing of the Laptop Computers. The certificate and other documentary
proofs are to be verified from time to time and ensure that only the approved
components are used in the laptop computer manufacturing. It is the responsibility of
the Inspection agency to maintain the documentary proof at each manufacturer plant
for all the batches inspected. If the laptop computers are manufactured without the
approved components, the laptop computers need not be taken for inspection and
testing. This should be informed to ELCOT immediately for course correction.
d) Though acceptable quality level is indicated above, the quality level shall be
discussed with ELCOT and finalised at the time of drawing plans.
The inspection switching plan shall be required based on the consistency level of quality
in production. Normal levels of inspection shall be discussed at the time of planning
stage and finalised.
Page 44 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Page 45 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Page 46 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
b) The rate for the team including equipments shall be uniform anywhere throughout
India and differential rate will not be permitted.
c) The rate per team should be inclusive of all expenses like, Travel, Boarding &
Lodging, conveyance expenses, out of pocket expenses and any other expenses
associated with this service. No extra cost whatsoever will be paid by ELCOT on this
account.
a) Successful Bidder should provide an Identity Card with passport size photograph duly
signed by the Authorized Signatory of the Successful Bidder to all the manpower deployed
in the project.
b) Successful Bidder should disburse the salaries to all the manpower before 7th day of every
month.
c) All claims which are made by the manpower under medical grounds or compensation or
otherwise in respect of any compensation payable to the manpower should be borne by
the Successful Bidder.
Page 47 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
d) Manpower deployed by the Successful Bidder cannot claim any benefits from ELCOT/
Purchaser.
e) Manpower deployed by the Successful Bidder should behave properly and any
misbehaviour is reported, the person should be replaced immediately.
f) Manpower deployed by the Successful Bidder should present on all working days.
Substitute has to be arranged if the allotted manpower is on leave.
g) The Successful Bidder understands and agrees that the Successful Bidder shall be solely
and entirely liable and responsible for the Compliance of all statutory provisions applicable
to the manpower deployed like Minimum Wages Act, ESI, PF. ELCOT and / or the
Purchaser shall not be liable or responsible in this regard. In the event of any claim made
against ELCOT and / or the Purchaser, the Successful Bidder hereby undertake to
indemnify and keep ELCOT and / or the Purchaser always indemnified against any such
claims and / or expenses incurred by ELCOT and / or the Purchaser in respect of the
manpower deployed by the Successful Bidder.
Page 48 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Page 49 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
This CONTRACT is entered into at Chennai on the ................. day of ............. 2021
between Electronics Corporation of Tamil Nadu Limited, a wholly owned Government of
Tamil Nadu Undertaking, a Company registered under the Indian Companies Act, 1956 and
having its Registered office at 692, Anna Salai, Nandanam, Chennai- 600 035 hereinafter
referred to as “ELCOT” (which term shall mean and include its Successors and permitted
assigns).
and
------------------a company registered under the Companies Act 1956 and having its Registered
office at ------------------------ hereinafter referred to as the “Inspection Agency” (which term shall
mean and include its successors and permitted assigns).
Whereas ELCOT on behalf of the Government of Tamil Nadu invited a Rate Contract
tender vide Ref. No. ELCOT/PID/OT/33396/LTC/INSPN/2020-21 for Third Party Inspection and
Quality assurance of 7,43,129 nos. of Laptop Computers at the manufacturing plants and other
locations throughout India and the Inspection Agency was selected for the execution of work as
per the tender document.
Whereas ELCOT and the Inspection Agency in pursuance thereof have arrived at the
following terms and conditions.
1) This document on having been signed by both the parties shall constitute a binding
contract between the parties and shall remain in force for a period of 12 months from
the date of signing the Contract. ELCOT may renew/extend the contract for further
period as may be agreed between the parties. In the event of any breach of the Contract
at any time on the part of the Inspection Agency the contract will be terminated by
ELCOT without compensation to the Inspection Agency. The contract may also be put
to an end at any time by ELCOT upon giving seven days notice to the Inspection
Agency.
Page 50 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
2) The Inspection Agency agrees to undertake the pre-despatch inspection services as per
the delivery schedule at the locations (as indicated in Annexure). The cost for the
inspection team including equipments is agreed at Rs. (Rupees
only) excluding taxes per team month as indicated below :
3) The Tender document including the following shall be deemed to form and be read and
construed as part of this Contract.
a) Scope of Work
b) Tender Terms and Conditions
c) Amendments issued by ELCOT for the Tender document
d) Corrigendum / Clarifications issued by ELCOT for the Tender document
e) Bid response and detailed final offer of the Inspection Agency
f) Work Order(s) issued by ELCOT from time to time
g) Correspondence made by ELCOT to the Inspection Agency from time to time
during the period of the contract.
Wherever the offer conditions furnished the Inspection Agency are at variance with
conditions of this contract or conditions stipulated in the tender document, the final
negotiated offer conditions shall prevail over the tender conditions furnished by the
Inspection Agency.
4) This Contract shall remain inforce during the contract period of 12 months from the date
of signing of this contract i.e upto .............. ELCOT may renew/extend the contract for
further period as may be agreed between the parties.
Page 51 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
5) The INSPECTION AGENCY agrees to deliver the services as specified in the Tender
within the stipulated period prescribed by ELCOT at the cost finalised in the tender. This
cost is firm and not subject to enhancement.
6) The Contract or any part share of interest in it shall not be transferred or assigned by the
INSPECTION AGENCY directly or indirectly to any person or persons whomsoever
without the prior written consent of ELCOT.
7) Neither ELCOT nor the INSPECTION AGENCY shall be liable to the other for any delay
or failure in the performance of their respective obligations due to causes, contingencies
beyond their reasonable control such as:
a) Natural phenomena including but not limited to earthquakes, floods and epidemics.
b) Acts of any Government authority domestic or foreign including but not Limited to war
declared or undeclared.
c) Accidents or disruptions including, but not limited to fire and explosions.
8) Delivery Schedule
The Inspection Agency shall provide the Testing and Acceptance services as specified in
the Tender document and complete the testing of the offered batches in the next working
day. In case of any backlog for testing in the offered batches, the same shall be
completed within two days by means of special arrangement. Any delay of more than two
days would be considered as non-fulfilment of delivery schedule.
Page 52 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
A penalty will be levied at the rate of 5% per day on the value of the work pertaining to
the day of the event if the Inspection of number of lots offered, dependents upon the
situation is not completed in full within the stipulated time. If such failure happens for
more than two occasions, apart from forfeiting the Security Deposit paid by the
Inspection Agency, such failure may entail black-listing of the Service Provider.
11) The Inspection Agency shall be liable and / or responsible for the compliance of all
Statutory Provisions and especially those relating to Labour Laws in respect of this
Contract.
Page 53 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
12) Any notice from one party to the other given or required to be given hereunder shall be
given by either:
a) Mailing the same by registered mail, postage prepaid, return receipt requested; or
b) Having the same delivered by courier with receipt acknowledged at the address set
forth above or with other addresses and to the attention of such other person or
persons as may hereafter be designated by like notice hereunder and any such notice
shall be deemed to have been served if sent by post on the date when in the ordinary
course of post, it would have been delivered at the addresses to which it was sent or if
delivered by courier on the date of acknowledgement of receipt.
13) In case of breach of any of the conditions of the contract by the INSPECTION AGENCY
during the contract period, ELCOT reserves the right to recover costs/liabilities arising
directly due to such breach from the INSPECTION AGENCY.
Wherever the offer conditions furnished by the Inspection Agency are at variance with
conditions of this contract or conditions stipulated in the purchase order, the latter shall
prevail over the offer conditions furnished by the Inspection Agency.
Page 54 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
15) Waiver of any terms and conditions by ELCOT in writing shall not have the effect of
waiving or abandoning other terms and conditions of the contract.
16) (a) Unless otherwise provided in the Contract, any notice, request, consent or other
communication given or required to be given hereunder shall be given by mailing the
same by registered mail, postage prepaid, in the case of the Inspection Agency to
ELCOT at its Registered Office set forth above or with other addresses and to the
attention of such other person or persons as may hereafter be designated by like notice
hereunder and any such notice sent by post shall be deemed to have been served on the
date when in the ordinary course of post, it would have been delivered at the address to
which it was sent.
(b) Any notice to the Inspection Agency shall be deemed to be sufficiently served, if
given or left in writing at their usual or last known place of abode or business.
Page 55 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
b) In the event of ELCOT terminating the Contract in whole or in part, ELCOT may procure,
upon terms and in such manner as it deems appropriate, the goods and services similar
to those and delivered and the Inspection Agency shall be liable to ELCOT for any
additional costs for such similar goods and services. However, the Inspection Agency
shall continue the performance of the contract to the extent not terminated.
“Any dispute or difference, what so ever, arising between the parties to this contract
arising out of or in relation to the terms of this contract shall be resolved by the parties
mutually by acting in good faith towards fulfilling the contract and for this purpose the
parties mutually agree to furnish or exchange all relevant documents, information and
any other material within their special knowledge and thereby conclude their discussions
between them/their representative or officers within a period of time as may be mutually
agreed to say the time of commencement of the move to resolve the dispute”.
Page 56 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
“In case the parties failed to resolve the dispute amicably within the time frame agreed
and in the manner stated supra, the aggrieved party shall approach the court in Chennai
city alone to the exclusion of all other courts to adjudicate the unresolved dispute”
In Witness whereof the parties hereto have signed on the day, month and year above
written in the presence of
Witnesses: Witnesses:
1. 1.
2. 2
Page 57 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
This Deed of Guarantee executed by ……………….. (Bankers Name & Address) having
our Head Office at …………………..(address) (hereinafter referred to as “the Bank”) in favour
of The Managing Director, Electronics Corporation of Tamil Nadu Limited, a wholly owned
Government of Tamil Nadu undertaking, MHU Complex II Floor, 692 Anna Salai, Nandanam,
Chennai - 600035 (hereinafter referred to as “the Beneficiary”) for an amount not exceeding
Rs._______/- (Rupees ________ Only) as per the request of M/s. ______ having its office
address at ___________ (hereinafter referred to as “ Service Provider”) against Letter of
Acceptance reference ___________ dated __/__/____ of M/s. Electronics Corporation of Tamil
Nadu Limited. This guarantee is issued subject to the condition that the liability of the Bank
under this guarantee is limited to a maximum Rs._______/- (Rupees ________ Only) and the
guarantee shall remain in full force upto ___ months from the date of Bank Guarantee and
cannot be invoked otherwise by a written demand or claim by the beneficiary under the
Guarantee served on the Bank before ___ months from the date of Bank Guarantee.
AND WHEREAS it has been stipulated by you in the said ORDER that the
Successful Bidder shall furnish you with a Bank Guarantee by a Scheduled/ Nationalised Bank
for the sum specified therein as security for compliance with the Successful Bidder
performance obligations for a period in accordance with the contract.
Page 58 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
This Guarantee is valid until __ months from the date of Bank Guarantee.
Our liability under this guarantee shall not exceed Rs._______/- (Rupees ________
Only). This bank guarantee shall be valid up to __ months from the date of Bank Guarantee
and we are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee
only and only if you serve upon us a written claim or demand on or before ____________
Notwithstanding anything contrary contained in any law for the time being in force or
bank practice, this guarantee shall not be assignable or transferable by the beneficiary. Notice
of invocation by any person such as assignee, transferee or agent of beneficiary shall not be
entertained by the Bank. Any invocation of guarantee can be made only by the beneficiary
directly.
In witness whereof the Bank, through its authorised Officer, has set its, hand and stamp
on this …………………………………. at ____________.
Witness: (Signature)
1.
2.
Page 59 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
S No Page No. Clause No. Title of the Clause Description of the Amendment Reasons for
Clauses as per Requested requesting the
Tender Document Amendment
Page 60 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
1) Offer Letter to be obtained from the Laptop supplier to Third Party Inspection Agency
To
Sir,
We hereby invite you to kindly carry out the testing of our batch no 000 of 2500 Nos. of
laptop computers (Batch No.000) as per the tender specifications of M/s. ELCOT Ltd., Chennai
in accordance with the ETDC tested sample. This letter is issued to you as you are the third
party testing agency approved by M/s.ELCOT Ltd., Chennai.
We request you to kindly arrange for carrying out the tests as soon as possible.
Thanking you,
Yours sincerely,
Authorised Signatory
Page 61 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Functionality Test
S.No Parameters Windows Linux Remarks
1 OS
2 Office (Windows – MS Office 2019, BOSS –
Libre Office 5.2.7.2
3 Anti Virus Microsoft Windows Defender
4 All USB Ports Connectivity
5 All Keys Working in Keyboard
6 Audio-Ext Speaker or Headphone
7 Audio – Laptop
8 Audio (Minimum and Maximum)
9 Video
10 Icons in the Desktop as per annexure
Windows – 28 & Liuux – 18 Icons
11 LAN (Print)
12 Internet through LAN
13 Wi – Fi
14 Web Camera
15 Mic
16 Bluetooth
17 Word / Writer
18 Excel / Spread Sheet
19 File Sharing
20 Multimedia Projector Working
21 Education Contents Windows D-Drive – 287
GB, Linux 2.4 GB
22 Partition Size
23 User Name
24 Password
25 Sleep (Requires power in this state and
system state is saved in RAM, Monitor is
Powered off) Power mode.
26 Hibernate by closing the Lid without proper
shut down
27 Image on booting (Tamil Nadu Logo and
Scheme Name)
28 Screen saver Activation
29 Different Screen Saver – AC and DC
Page 62 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Page 63 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
61 Library Content
62 Library Content - Working
63 Activation of Windows 10 OS
64 Activation of Microsoft Office 2019
65 NVDA Working
66 ORKA Working
67 Indications (Power On, Charging & Cap
Lock)
68 Adapter working Condition in AC
69 Charger Working Condition
70 Specify Processor type with Speed
71 Specify Memory Capacity and Speed
72 Hard Disk Capacity
73 Port and Indication location
74 Total Number of Keys
75 Function Keys
76 F1- Mute
77 F2 – Volume -
78 F3 - Volume +
79 F4 - Mic
80 F5 - Refresh
81 F6 - Touchpad
82 F7 – Airplane Mode
83 F8 - Camera
84 F9 – Screen lock
85 F10 - Projector
86 F11- Brightness -
87 F12 – Brightness +
88 After Functionality test – Tracking Software
(Un Installed and Installed)
This is to Certify that the above Laptop Configuration is as per the Tender Specification, it is
working fine in Windows & BOSS Linux. The pre loaded Educational Content and Tamil
Fonts are working fine.
Inspection Agency Name:
Page 64 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Tested By
Name:
Designation:
Signature:-
Sl.no.:
Batch:
Page 65 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Model
Name:
Designation:
Signature:
4) Functionality
Test - Major
Sl.no:
Batch:
Functionality Test – Major
(for the Tender No. ELCOT/PID/OT/33396/LTC/INSPN/2020-21)
Sl.No. Parameters Observation to be Pass / Fail Remarks
Recorded
1 Laptop Physical Condition
2 Logo on Laptop
5 Camera
6 All Keys
7 Audio-Ext Speaker
9 LAN Port
10 Bluetooth
11 Wi – Fi
12 Multimedia Projector
Working
14 Specify Indications
Page 66 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
2. The functional test inspection report attached along with this cover page.
Page 67 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
3. The Laptop details of lot No. 000 attached with cover page as an “Annexure”.
Page 68 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Backpack Specification
Suitability To accommodate 15.6” size laptop
computer approximately
Size 43cm(H) x 33cm (W) x 23cm (D)
approximately
Compartments Three compartment bag (Laptop,
Textbook, Power adaptor, utility
pocket) with padded sleeve ,utility
pocket in front and side pockets
Padding Padded handle, padding on back
for comfort and airflow curved and
padded contoured shoulder straps
Logo and image Government Logo, image and
scheme name shall be screen
printed on the front pocket as per
the design which will be given by
ELCOT
Page 69 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
13
14
15
16
17
18
19
20
21
22
23
24
25
Model
Note: ELCOT reserves the right to change the testing technical parameters as per the
approval of tender approving authority.
Page 70 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Note: The Successful bidder has to follow strictly the ETDC Report of the Make & Model
submitted by the Laptop bidder during the evaluation at the time of tender.
Page 71 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Bidders can go to the ELCOT tenders page directly by selecting the elcot-tntenders option
from the home page of ELCOT site elcot.in
2) The bidders should enroll themselves on the website https://tntenders.gov.in using the option
“Online Bidder Enrollment”. This enrollment is free at this point of time.
3) Possession of a Valid Class III Digital Signature Certificate (DSC) in the form of smart
card/e-token with signing and encryption keys, in the Company's name is a prerequisite
for registration and participating in the bid submission activities through this web site.
4) Digital Signature Certificates can be obtained from the authorized certifying agencies, details
of which are available in the web site https://tntenders.gov.in under the link “Information
about DSC”.
5) The web site also has user manuals with detailed guidelines on enrollment and participation
in the online bidding process. The user manuals can be downloaded for ready reference.
6) Vendors can also attend the training/familiarization programme on the e-tendering system
conducted periodically by NIC.
7) The bidders will be able to see the status of the tenders for which they have submitted bids
in different stages and would also be informed of the status by E-Mail. For the bidders who
have specified the Product Category through “Product Category” option, information of all
the tenders published, under the selected product category, will be sent by E-Mail.
8) Bidders should submit the bid well in advance before bid submission end date and time,
instead of doing at the last minute, which may fail. In this case, the Tender Inviting Authority
is not responsible for the non-submission of bids at the bidders end.
9) Bidder should contact the help desk for any clarifications on the bid submission at any point
of time one day before the bid submission, so that bid submission goes thro’ smoothly.
Bidders should not assume and do the steps and then get into issues which cannot be
solved.
10) Bidders should go through the tender documents and get ready the all relevant documents
in pdf/xls/rar formats as indicated and then have to be uploaded against each. In the
technical bid, bidders may attach an index page wherever necessary, in the beginning,
which indicates the details of the files/documents that follow the index page against each
technical bid content indicated. This will also help for easy reference later.
Page 72 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
11) While scanning the bid documents to convert to pdf, bidders are asked to scan the page in
65 to 100 dpi mode, to get a readable page after scanning and also the size of the
document will also be lesser. For pages in text, it is advised to use 65dpi mode and for
pages with images, 100 dpi mode.
12) Bidders can get ready the technical bid and price bid in filled form in advance instead of
doing at the last moment and once ready in all aspects, they may chose the freeze option
to submit the bid finally and thereafter they will get a bid acknowledgement receipt
which is the final end indicating the successful submission of the bid submission process.
13) Bidders can do the resubmission of the bid any number of times, either technical bid or
price pd or both till the end date and time of bid submission. The content of the last
submitted bid alone will be opened at the time of tender opening.
14) Bidders can withdraw the submitted bid before the end of bid submission date and time
with proper reasons and once it is withdrawn, bids cannot submitted again for that tender.
15) For all tender processing activities, the server time indicated at the top, while doing bid
submission/tender opening activities is the final. The Local system time will not be taken
into account in this case.
16) Bidders may contact the help desk by mail etendersupport@elcot.in or by mobile
9566003517 to get any clarifications on ebid submission process well in advance.
Page 73 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Page 74 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Note: Please ensure all the relevant boxes are marked Yes/No against each column.
Page 75 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Important Note:
Bidders should ensure that they have submitted all the required proof of documents as
specified in the Tender document without fail. Bids received without the supporting
documents to prove their eligibility are liable for rejection.
Page 76 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Page 77 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
A1.3.7 Bidder should have ISO 9001:2015 Certificate for Quality Management
System
Page 78 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
A 1.4 Declaration
We agree that the offer shall remain open for acceptance for a minimum period as
stipulated in the Tender from the date of opening of the tender and thereafter until it is
withdrawn by us by notice in writing duly addressed to the authority of opening the tender and
sent by registered post with acknowledgement due or otherwise delivered at the office of the
authority. The EMD amount shall not bear any interest and shall be liable to be forfeited by
ELCOT if we fail to abide by the stipulations to keep the offer open for a period mentioned
above or fail to sign and complete the contract document as required by ELCOT and furnish
the Security Deposit as specified in the terms and conditions of the contract. The EMD amount
may be adjusted towards SD or refunded to us unless the same or any part thereof has been
forfeited as aforesaid.
We agree to adhere with the schedule of implementation and deliver the items as specified in
the tender.
We declare that the Price bid has been submitted without any conditions and strictly as per the
Terms and Conditions of the tender document and we are aware that the Price bid is liable to
be rejected if it contains any other conditions.
We declare that the information furnished in the tender is true to the best of our knowledge. If
any false/fictitious information is found to have been furnished, we agree to the rejection of the
bids and consequent actions as the tender.
Page 79 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Page 80 of 81
Tender Ref.:ELCOT/PID/OT/33396/LTC/INSPN/2020-21
Note:
1) The Grand Total Amount of the Column will be added and evaluated to arrive at the Lowest
Price (L1 Price).
2) The Bidder shall submit the offer by filling up all the columns against each Item. Bids with
blank columns are liable for rejection.
3) Bidders should quote for all the items in the Package.
4) The number of locations given above may vary. Additional engineers will be deployed on
need basis.
Page 81 of 81