2015 TENDER DOCUMENT FOR SUPPLY OF DESKTOP SYSTEMS, PASS-BOOK PRINTERS, LAN ACCESSORIES AND LAN CABLING TENDER DOCUMENT RELEASED BY IDUKKI DISTRICT CO-OPERATIVE BANK, IDUKKI IDUKKI DISTRICT CO-OPERATIVE BANK, IDUKKI 01/03/2015 TENDER FORM FOR SUPPLY & INSTALLATION OF DESKTOP SYSTEMS, PASS-BOOK PRINTERS, SERVER , SCANNER LAN ACCESSORIES AND FOR LAN CABLING ISSUED TO ------------------------------------------------- 2 INDEX 1. SCHEDULE OF TENDER EVENTS PAGE 4 2. TENDER NOTICE PAGE 5 3. SCOPE OF WORK PAGE 6 4. BOM PAGE 7 5. TECHNICAL SPECIFICATIONS PAGE 8 - 15 6. REQUIREMENTS AND TERMS & CONDITIONS PAGE 15 - 19 7. SPECIAL CONDITIONS PAGE 19 - 21 8. PAYMENT TERMS & CONDITIONS PAGE 21 9. BID FORM PAGE 22 10.BRANCHES & REQUIREMENT PAGE 23 11.DECLARATION BY BIDDER PAGE 24 3 I. SCHEDULE OF TENDER EVENTS a. Last date for issue of Tender Document: 10.03.2015 Time: 2 .00 PM b. Last date for submission of tender bids c. at the issuing office: 10.03.2015 Time: 4 .00 PM d. Date of opening of Technical Bids: 11.03.2015 Time: 11.00 AM e. Date of opening of Commercial bids: 11.03.2015 Time: 11.30 PM f. Discussion with shortlisted Bidders 11.03.2015 Time: 2.00 PM Venue: Head Office, Idukki District Cooperative Bank Ltd., Idukki. 4 II. TENDER NOTICE Notice Inviting Tender for supply of Desktop systems, Pass-book printers, LAN accessories and LAN cabling in Seven new branches of the bank Sealed tenders are invited for supply & installation of Desktop systems, Pass book printers, LAN accessories and for LAN cabling in seven new branches of the bank, from reputed firms or their Kerala based authorized Representatives/Distributors. Parties competent as per above can obtain the tender documents with detailed particulars of the work and terms and conditions of tender from this office during the office working hours, other than Sunday or public holiday, on payment of Rs.3000/- (Rupees.Two thousand only) plus Service tax in DD fwrg The General Manager, The Idukki District Cooperative Bank, Idukki till 10.03.2015 (2 PM). The last date of submission of completed tender is 10.03.2015 (4 PM). The tenders would be opened at 11 AM on 11.03.2015 at the Head Office of the bank and bidders or their duly authorized representatives may be present. For further details please contact 8547800165 / dcbidukki065@gmail.com 01.03.2015 Idukki General Manager, The Idukki District Cooperative Bank Ltd., Head Office, Idukki Colony P.O , Idukki, Kerala. 5 III. SCOPE OF WORK The tender is for supply & installation of Desktop systems, Pass book printers, LAN accessories and LAN cabling in seven new branches of The Idukki District Cooperative Bank (herein after mentioned as Bank). All these items are for the use in the bank’s branches. The selected company must be capable of installing the items, configuring in co-ordination with the bank’s software vendor. The tenderer must furnish list of their clientele along with their bid. After testing, verification and entries, the bills of the items will be paid by the Bank. As per the Terms and Conditions the firm will provide after sales services and the warranty facilities. The Scope of work includes- Supply and Installation of all the supplied items, Testing the integrated system and Commissioning in coordination with the software implementer- (SITC) -. The company must commit to warranty obligation. Integration of the item to the WAN cloud is also within the scope of the tender. The scope of work can be summerised as -Delivering, installing, and commissioning items of specified configuration at the specified branches of the bank. Providing service and onsite support during warranty period and post-warranty period as per Bank’s requirement, without any extra cost to the Bank. Scope also includes, without any extra cost to the Bank, resolving OS related issues in the desktops during warranty period, including installation/reinstallation of drivers in OS, patches, bug fixes, configuration to network, driver installation, , printer installation. AMC Rate (during post-warranty period) will be valid for 3 years from date the date of expiry of warranty period. 6 IV. Bill of Material Item Description Qty Category I 1.BRANDED DESKTOP SYSTEMS with preloaded Windows 7 pro (OEM) 28 • Processor : Min. Core i3 4000, 2.4 GHz, 3 MB, L2 Cache or higher• RAM : 4 GB DDR 3 @ 1600 Mhz or better • Mother Board : Intel HM86 or better • Hard Disk : 500 GB SATA @ 5400 rpm or better • NIC : 10/100/1000 Ethernet USB 2.0, VGA, Parallel Port • Optical : DVD RW 8X • Monitor : 18.5” TFT • Mouse : USB Optical Scroll • Keyboard : Windows 7 PRO Preloaded • Operating System : Windows 7 OS • Internet Explorer : Default version of OS • Warranty : 3 years onsite Note : Disable the USB / CD drives to avoid virus attacks 2. PASSBOOK PRINTER- with all accessories necessary to integrate to Finnacle CBS environment in the Bank 7 3. SERVER with all accessories necessary to integrate to Finnacle CBS environment and NACH Solution in the Bank 1 4. SCANNER with all accessories necessary to integrate to Finnacle CBS environment and NACH Solution in the Bank 1 Category II 1. WALL-MOUNT RACKWall-mount Rack 19”, 9U with cooling system, door and lock. 7 2. CAT 6 JACK PANEL- 24 port loaded with Jacks 7 3. CAT 6 PATCH CORDS FOR DESKTOPS - 4FEET and I/O Face Plate Assy 4. STRUCTURED CABLING using CAT6 UTP cable, I/O terminals and patch cords 5. MANAGED SWITCH – CISCO 24 PORT Rack mountable 10/100/1000 MB managed switch (Gigabit switch) At 7 locations 7 7 Category III 1. Operating System: Win SvrStd 2012 R2 SNGL OLP NL 2 Proc – Part code. P73-06285 2. RDBMS: SQL Svr Std Runtime Core 2012 ALNG Emb MVL 2Lic Core Lic – 2 SKU’s – ISV License 3. Web Server: IIS 7 8 Annexure 1: DETAILED TECHNICAL SPECIFICATIONS OF ITEMS IN BOM 1. S.NO DETAILED SPECIFICATION OF DESKTOPS ITEM SPECIFICATIONS 1 Processor: Intel Core i3 4000, 2.4 GHz , 3 MB, L2 Cache or better 2 Motherboard Intel motherboard HM86 or better with original chipset, support for PCI / PCI Express x16. Motherboard should be FCC certified and ROHS compliant. Motherboard and chipset have to be of intel make only 3 BIOS With support for: Flash, Plug and Play, DMI 2.0, ACPI 4 Memory: 4 GB DDRIII RAM Memory @ 1600 MHz or better with 2 DIMM slots Expandable upto 16 GB 5 Hard Disk Drive: 500GB 7200 rpm SATAII (3Gb/s) Drive with pre-failure alert with 8MB Cache Buffer 6 Hard Disk Controller: Integrated On-Board Hard Disk Controller supporting Serial ATA Interfaces 7 Monitor 18.5" Wide TFT TCO 05 8 Key Board 114 Keys 9 Mouse Optical Scroll Mouse with anti-static mouse pad 10 Network Card Integrated on board Ethernet Controller 10/100/1000 with PXE support and Remote wake up 11 Interfaces 1Serial, 1 Parallel, Minimum 2 USB Ver. 2.0. (with 2 in front) & Audio Ports 12 Expansion Slots Atleast 3 PCI series slots 13 Cabinet MATX Cabinet with required bays 15 Power Supply Minimum 200 Watts SMPS (as per intel recommendation) 16 Certifications AND Compliance’s ISO 9001: 2000 for OEM Manufacturing, Windows OS Certification, Microsoft certificate of authenticity – COA to have OEM’s name, Direct Named OEM and Gold partner Certificate from Microsoft, Partner certificate from Intel. All sub components of desktop must be Microsoft Hardware compatible as mentioned by MS. 9 17 2. Operating System: OEM Windows 7 Prof. with recovery media to be preloaded. OEM must furnish a list of serial numbers of all CoA along with the corresponding list of PC system serial numbers for Operating system licenses which are pre-loaded PASSBOOK PRINTER General Specifications Printer Category Passbook Printer Printer Type Multifunction 24-pin Flatbed Printer Number of Pins 24 Print Method Serial, bidirectional logic-seeking printing Manufacturer Warranty 3 Year Warranty Printing Performance Character Matrix (Horizontal X Vertical) Letter Quality LQ 24 x 36 Draft Quality LQ 24 x 12 Printing Speed DQ (@ 10 cpi) 300cps Printing Speed LQ (@ 10 cpi) 100cps Printing Speed OCR A/B (@ 10 cpi) 145cps Printing Speed DIN Letter in DQ 12 Seconds Printing Speed DIN Letter in LQ 22 Seconds Printing Width 10 cpi 90 characters Printing Width 12 cpi 108 characters Printing Width 15 cpi 135 characters Character pitch 10, 12, 15, 16.6, 17.1 characters per inch and proportional font Line Pitch 6 and 8 lines per inch, switchable, additional 1/180 inch increment 10 Font DQ, LQ (Sans Serif, Roman) OCR A/B Barcode 39, 2 of 5 interleaved Print Attributes Bold, Italics, Underlined, elongated print, sub-/superscript Character set IBM PC2 CP437 in 13 national languages ISO 8859-2/-5/-7/-8/-9 Others available on CD-ROM (PC and Windows code pages) Paper Handling Features Paper Formats: Singlepart Forms Length: 70-350 mm Width: 70-240 mm Paper Formats: Multipart Forms 1+2 copies Paper Formats: Selfcopy Forms 1+4 copies Passbook Thickness Supported Longitudinal and horizontal fold up to 1.7mm (book thickness when open) Single sheet feeder (operational) Upgradable on enhanced models Paper supply 500 sheets of A4/US Letter Built-In Functions Diagnostics Function Self Test Yes Diagnostics Function Test Printout Yes Diagnostics Function Hex Dump Yes Page Count (To keep track of the pages printed) Yes Support for Bar Code Printing Yes Connectivity, Drivers and Emulations Interface - Parallel Yes, Centronics Interface - Serial Yes, 2 X RS 232 11 Interface - USB USB 2.0 (full-speed) Input Buffer 8 KB Emulations Wipro, Epson ESC/P (ND90, HPR 4904/4905) IBM 4722 and ProPrinter XL24 (4009, 9068 on request) Olivetti PR40/PR50 PR2 Unisys Efxx Operating Conditions Input Voltage 110-230 volt (self-setting) Frequency 50/60 Hz Operating Temperature 5°C to 40°C (+41°F to +104°F) Operating Humidity 5% to 85% Energy Star Compliance Energy Star Compliant Safety and Reliability Print Head Life Service life 500 million dots. Can be replaced by customer Ribbon Cartridge Fabric ribbon in cartridge, black. Service life in DQ: 16 million characters. Printing Noise Standby 6dB (A) Printing Noise Operational LQ 55dB (A) = LPA Standards Compliance IEC 60950, UL 60950, CSA 60950, EN 60950 EN 55022/B, EN 60721, EN 61000=3=2, EN 61000=3=3, class A, FCC CRF 47, part 15, subpart Bm BSMI Standard CNS 13438 Class B, ICES-003 (CSA 108.8) Approvals UL, CE, CCC, PCT 3. Server Processors- Intel Xeon E3 1220v2 (3.1 GHz/4-Core/8 MB Smart Cache) Processor Chipset Intel C200 Chipset or better FSB 5 GT/sec Intel Direct Media Interface (DMI) or better Memory 8 GB Unbuffered ECC DDR3, 1066/1333 MHz, scalable up to 16GB or better 12 I/O Slots Minimum 4 PCIe Slots or better Storage Controller Integrated RAID controller with support of RAID 0,1,10 Drive Bays Hard Drives 2 x 300 GB or higher enterprise class SATA HDD 2.5”/3.5” 7200 rpm DVD DVD RW 8X or better Ports 4 USB, 1 serial, 1 dedicated remote management port NIC Dual LAN (10/100/1000)Network card with asset feature tracking and security management, remote wakeup Power Supply Redundant power supply Video To support VGA or above resolution Monitor 19” TFT Monitor/Vide TFT, TCO-03 or TCO-99 certified Keyboard & Mouse 101 Keys Keyboard and Optical Mouse 4. Scanner Type Document Feeding Document Sizes Document Thickness and Weight Feeding Capacity Scanning Element Light Source Scanning Side Scanning Modes Scanning Resolutions Scanning Speed (U.S. Personal Cheques) MICR / OCR OS Interface Useful Functions Power Requirements Power Consumption Sheetfed Type Cheque Scanner Automatic Sheet Feeding Width: 54 -108mm (2.13 - 4.25in.) Length: 80 - 228mm (3.15 - 8.98in.) Normal: 60 - 120g/m2 (0.08 - 0.20mm, 16 - 32lb. bond) Infrared Double Feed 81 - 105g/m2 (0.10 - 0.14mm, 22 - 28lb. bond) Detection ON: Maximum Stack 50 sheets or 5mm (0.2in.) Height: Contact Image Sensor (CMOS) LED (Red, Green and Blue) Simplex / Duplex Black and White, Fine Text Filtering, Error Diffusion, 4-bit Grayscale, 8-bit Grayscale, 24-bit Colour Black and White / Grayscale: 100 / 120 / 200 / 300dpi 24-bit Colour: 100 / 120 / 200dpi Black and White / Grayscale (200dpi): 50cpm (CR-50) 80cpm (CR-80) Color* (200dpi): 20cpm (CR-50) 30cpm (CR-80) Black and White / Grayscale (300dpi): 20cpm (CR-50) 30cpm (CR-80) MICR: E13B / CMC-7 OCR: E13B / OCR-A / OCR-B Windows XP 32 bit (SP3), 64 bit (SP2), Windows Vista 32 bit / 64 bit (SP2), Windows 7 32 bit / 64 bit (SP1) Hi-Speed USB 2.0 Infrared Double Feed Detection, Built-in Imprinting, Ink Level Alarm, Four Line and Dynamic Add-on AC120V (60Hz), AC220 - 240V (50 / 60Hz) Scanning: Less than 21W, Sleep Mode: Less than 5W 13 Temperature: Operation Environment 5. 10 - 32.5ºC (50 - 90.5ºF) TECHNICAL SPECIFICATION FOR NETWORK ACCESSORIES- UTP CABLING, UTP CABLES, RACK & SWITCH Sr. No. Details Cabling Specification 1 Type Unshielded twisted pair cabling system, Certificate by Intertek (ETL) for the 4-Connectors channel testing to the Cat 6 Cabling system as per the ANSI/TIA 568 C.2 & as well as the ISO 11801 standards up to 600 MHz. 2 Networks Supported 10 / 100/1000 Ethernet, 155 Mbps ATM, 1000 Mbps IEEE 802.3ab Ethernet, and proposed Cat 6 Gigabit Ethernet 3 TIA / EIA 568 C.2 ETL Verified / UL Listed 4 Performance characteristics to be provided along with bid (a) Attenuation, Pair-to-pair and PS NEXT, ELFEXT and PSELFEXT, Return Loss, ACR and PS ACR for 4-connector channel (b) Should perform to CAT6 with short channel (c) 4-Connectors channel testing to the Cat 6 Cabling system as per the ANSI/TIA 568 C.2 & as well as the ISO 11801 standards up to 600 MHz. (d)Should have a PSNEXT margin of 7.5 dB over CAT6 (e) CAT6 cabling system should be tested and verified by the Independent third party laboratories for Zero BER (Bit Error Rate) testing at the data transmission speed of 1 Gbit/s. CAT6 UTP CABLE SpecSr No. Details Specification 14 Type Unshielded Twisted Pair, Category 6, TIA / EIA 568-C.2 & ISO/IEC 11801 2 Conductors 23 AWG solid bare copper 3 Insulation Polyethylene 4 Jacket Flame Retardant PVC 5 Approvals (a) UL Listed / UL Verified 1 (b) ETL verified to TIA / EIA Cat 6 Operating temperature -20 Deg. C to +60 Deg. C Storage Temperature -20 Deg. C to +80 Deg. C 7 Frequency tested up to Minimum 600 MHz 9 Cable Outer Diameter .23 inches 10 Delay Skew 45ns MAX. 11 Bend Radius 4 * Cable Diameter 12 Impedance 100 Ohms + / - 15 ohms, 1 to 600 MHz. 5.6 NF MAX /100 Mtr. 14 Mutual Capacitance Conductor Resistance 66.58 Ohms Max / KM 15 16 Propagation Delay 536 ns/100 Mtrs. MAX @ 250 Mhz 18 ROHS Compliant ROHS/ELV Compliant 6 CAT6 UTP JACKS SpecSr No. Details Specification 1 Type PCB based, Unshielded Twisted Pair, Category 6, TIA /EIA 568-C.2 and ISO/IEC 11801 2 Modular Jack 750 mating cycles 15 3 Wire terminal 200 termination cycles 4 Accessories Integrated bend-limiting strain-relief unit for cable entry 5 Support cable pair termination process on the jacks at 90 degree angle. 6 Bidder should have a mechanism to maintain the quality of the termination ir-respective of the skill level of the termination staff. 7 Jack contacts Beryllium copper, plated with 1.27 mm [.000050] thick gold in localized area and 3.81 mm [.000150] minimum thick tin-lead in solder area over 1.27 mm [.000050] minimum thick nickel under plate 8 ROHS Compliant ROHS/ELV Compliant CAT6 UTP JACK PANELS 24 PORTS Sr No. Details Specification Type 24-port, Modular, PCB based, Unshielded Twisted Pair, Category 6, TIA / EIA 568-C.2 and ISO/IEC 11801 2 Ports 24 3 Port arrangement Configured as 6 Port Module with individually replaceable CAT-6 Jacks 4 Circuit Identification Front of each module shall be capable of accepting 9 mm to 12 mm labels 5 Port Identification 9mm or 12mm Labels on each of 24-ports (to be included in supply 6 Modular Jack 750 mating cycles 7 Wire terminal 200 termination cycles 8 Accessories Integrated bend-limiting strain-relief unit for cable entry 9 Housing Polyphenylene oxide, 94V-0 rated 10 Wiring blocks Polycarbonate, 94V-0 rated Jack contacts Beryllium copper, plated with 1.27 mm [.000050] thick gold in localized area and 3.81 mm [.000150] minimum thick tin-lead in solder area over 1.27 mm [.000050] minimum thick nickel under plate 12 Panel Black, powder coated steel 13 Approvals UL listed / ETL Verified 1 11 16 14 Termination Pattern TIA / EIA 568 A and B; 15 ROHS Compliant ROHS/ELV Compliant DESKTOP CAT6 PATCH CORDS- spec Sr No. 1 Details Specification Type Unshielded Twisted Pair, Category 6, TIA / EIA 568-C.2 & ISO/IEC 11801 2 Conductor 24 AWG 7 / 32, stranded copper conductors 100 Ohm 3 Length 4 feet or 7 feet 4 Plug Protection 5 ROHS Compliant Transparent Slim boot ROHS/ELV Compliant WALLMOUNT RACK- Gen. Spec Wall-mount powder coated (colour Grey or Off-white or Black) Rack 19” (Standard steel guage), 9U with cooling system (Fan), Front lockable toughned glass door and lock. Conform to DIN 41492 standards or equivalent. The rack must have cable entry/exit cut-outs. MANAGED RACK MOUNTABLE SWITCH WITH 24 PORTS- specification Rack mountable Application-specific integrated circuits (ASICs) based Switches with 24 Ports 10/100/1000 Gigabit Managed Switch with 2 SFP Combo slots Switching Capacity Should not be less than 40 Gigabits per Second (Gbps), Shall support DHCP (Options 66, 67), 17 VLAN mirroring for easier troubleshooting, Extensive ACLs with 512 rules, IPv6 full support, Voice VLAN, Energy Detectection, Q-in-Q, 256 VLANs, Dual image support, DHCP relay, IP Source Guard, Traffic shaping, Secure Copy (SCP), Static routing/Layer 3 switching between VLANs Smart ports, Time-based port operation, PVE/protected ports for L2 isolation IP/Mac/Port Binding, Multicast VLAN Registration, Remote management Hardware replacement warranty for 3 years V. 1. REQUIREMENTS AND GENERAL TERMS & CONDITIONS The prime requirement of the tenderer (herein after may be mentioned in this document as ‘bidder or company’) is that the tenderer must be capable of supply and installation of the items requested for. 2. All the items mentioned in the BoM must be of best quality & standards, manufactured and supplied by reputed multinational companies. The bidder company must preferably be authorized Dealer/Channel partner/System integrator of the Manufacturer / Principal Company if Principal Company is not quoting directly. 3. Original Authorization Certificate from the principal Company should have to be submitted when asked for and OEM should be an ISO Certified manufacturer. 18 4. The Bidder Company should preferably be ISO 9000 certified company for Hardware Installation, System Integration & Support. (Not a compulsory condition) 5. The Bidder Company should mention their turn-over during the last year and estimated turn over for the current year. 6. The bidder company must have taken up and successfully completed similar work in banks. 7. The Bidder Company should agree to support the IT Cell of the bank for a period of 3 years (Three years) for upkeep of installations, till completion of warranty, after implementation. 8. The Bidder Company should have their focus on the IT industry (Computer Hardware supply, maintenance etc and LAN installation). 9. Only parties those have purchased the tender document are eligible to submit the tender. The tender document is non-transferable. 10. The Bank reserves the right to reject in its discretion any or all tender(s) received without assigning any reason. 11. Bidders should submit Earnest money deposit of Rs.30000/- for 1st/both/all categories in total, Rs.10000/- for 2nd or 3rd Category only. The EMD amount should be submitted along with the completed tender form as DD favouring the General Manager, The Idukki District Cooperative Bank, Idukki. Tender forms without EMD amount will be rejected. 12. Tenders would be opened in this office on 11/03/2015 and the bidders or their authorized representatives may be present at the time of opening of the tenders. The 19 number of authorized representatives that may be present for any bidder is limited to a maximum of two. Tenders should be submitted in a sealed cover as indicated below: a. Part I: Earnest Money Deposit b. Part II: Techno-commercial bid The sealed tender of the bidder company will be opened and verified for correctness of enclosures in the presence of the representative of the bidder company. The qualified tenders will be evaluated by the tender committee of the bank for its technical correctness and pursuance of other tender guidelines by participant bidders. The shortlisted companies after the Technical evaluation will be called for detailed discussions and negotiations on the same day. The quotings of the bidder companies will not be made openly available till completion of evaluation, discussions and negotiations with the shortlisted companies. 13. The tenders of the bidder companies, who are not represented at the opening of the tender, will be opened and verified by the Bank in-absentia. The companies can obtain the result of such tenders afterwards from the bank in person after fixing up an appointment with the bank. 14. Tenders received after due date and time would be ineligible to compete in the process. 15. The payment made for purchase of tender document is non-refundable. 20 16. Corrections/overwriting in the tender document should be avoided. In case of any discrepancy between the amount in figures and in words, the concerned bid will be cancelled. 17. The techno-commercial bid must be in line with specifications and conditions required for the tender. However, items with better specifications and competitive prices will be given due weightage and preference. The bid should be valid for 100 days from the date of opening of bids. Any deviation from these may result in rendering the tender ineligible to compete for award of the tendered work. 18. Bidders should submit clearance certificate from tax authorities when demanded. 19. The delivery of all equipments/Software/Services shall be accepted only after inspection and approval of the equipments/Software/Services by this office. Inspection charges if any shall be borne by the company only and this office shall make no extra payment for this. 20. The techno-commercial bid would be inclusive of all taxes, duties, surcharge(s) etc. 21. 10% from total bill amount will be withheld as Security Deposit for one year of the Three year warranty period. The EMD of the successful bidder shall be adjusted against the security deposit for warranty period. The EMD shall be returned to all other bidders within two weeks of finalization of the contract. 22. The quoted items must meet all the technical specifications as mentioned in the technical specification section of this document. Any inadequacy in the given minimum specifications will disqualify the bidder company to be shortlisted during the evaluation 21 process. Higher spec items will not get any leniency over the cost while selecting the competitive quotation. 23. The bidders would treat the details of the specifications and other documents as confidential and would not reproduce or otherwise disclose the contents to third parties without written authorization from this office. 24. All damaged or unapproved goods shall be returned at the risk of the tenderer and cost and the incidental expenditure thereupon shall be recovered from the concerned party. 25. On acceptance of tender and issue of purchase order by the bank, the date of delivery should be strictly adhered to otherwise; the bank reserves the right not to accept the delivery in full or in part. In case the order is not executed within the stipulated period, bank will be at liberty to make purchases through other sources, and to forfeit the earnest money of the Tenderer. VI. SPECIAL CONDITIONS 1. All the materials will be delivered free at the bank’s installation location - including all freight, forwarding, loading and unloading charges.The Bank will not bear any of these charges over and above the cost mentioned in the financial bid. The items are to be delivered free at the respective branches of the bank. The branches and each branch requirement are mentioned in the Attachment along with this tender document. 2. It will be the responsibility of the supplier for safe supply in full and good conditions at user's point (bank’ branch) and purchaser (bank) will not pay separately for transit insurance (if any required). 22 3. The companies those who have submitted their bid for all the items/services mentioned in the bid-form will be given preference to other companies those have submitted part bids. 4. In spite of the above clause, the bank reserves its rights to select single or multiple bidder companies to fulfill its requirements for which this tender has been published. 5. The bank will have its rights, during discussions with the shortlisted companies, to change the requirements/specifications of items mentioned in the BOQ in order to opt for cost-effective or technically more feasible solutions. 6. The tenderer has to install all the equipments at designated braches (locations) and and commission the integrated system in co-ordination with the bank’s software vendor and to the satisfaction of the bank. Prices quoted in the commericial proposal must be inclusive of the above mentioned services. 7. Delay in the time of execution of work that is proposed by the company in delivery of items or in execution of the work after issuing a purchase order to the company will attract penal charges and the charges will be deducted from the cost of items/services. Inordinate delay on the part of the company in executing the issued Purchase order will culminate in cancellation of the Purchase order to the company without any notice to the company. 8. The bidder company is required to mention Annual support charges, if any, (for Desktop systems and printers) during warranty. 9. Warranty period and terms are 36 months for all items through nearest local Service Center of the company. On-site maintenance support has to be provided by the 23 manufacturer through the tenderer during the warranty period. Any component required to be replaced within the warranty period will be totally new component and not reconditioned or repaired component. This is for the purpose of cost analysis to finalise the warranty package offered by the manufacturer. 10. The tenderer shall bear all costs associated with the preparation and submission of its Bid, including the cost of presentation for the purpose of clarification of the bid, if so desired by the bank and the bank will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Tendering Process. 11. The bank reserves all rights to: a) Amend any of the above clauses for the purpose of arriving at a costeffective total technical solution for the bank. b) Reject any tender/tenders or cancel the tender process all together without assigning any reason to the tenderers 12 PRICE FREEZING The prices finalized shall remain valid for a period of 6 months from the date of PO, with quarterly review for downward revision of prices. However, AMC rates will be valid for 3 years from the date of expiry of warranty period. 13 SECURITY DEPOSIT Five percent of the total cost of the items of the successful bidder will be with- held by the bank till completion of the warranty period of the items as Security Deposit. Bank may release the amount to the bidder in advance against bank guarantee for the amount. VII. Payment terms are mentioned below: (a) On delivery, successful installation, testing and Commissioning of all the items :: -----% 24 (b) Security deposit with-held by the bank to be paid back to the company after warranty period :: -----% Total :: 100% VIII. BID FORM Bidder shoul submit their quotation strictly in the following bid format. Sl No Item Description Quantity UNIT/ PRICE TAX % Total cost with Tax—with 3 year warranty 1 Desktop systems- with all accessories 2 PASSBOOK PRINTER- with all accessories necessary to integrate to Finnacle CBS environment in the Bank 3 Server with all accessories necessary to integrate to Finnacle CBS environment and NACH solution in the Bank 4 Scanner with all accessories necessary to integrate to Finnacle CBS environment and NACH solution in the Bank 5 Wall-mount RackWall-mount Rack 19”, 9U with cooling system, door and lock. 6 CAT 6 JACK PANEL- 24 port loaded with Jacks 7 CAT 6 Patch cords for desktops - 4FEET and I/O Face Plate Assy 25 8 Structured cabling using CAT6 UTP cable, I/O terminals and patch cords Per metre charge 9 Managed Switch-1 PORT Rack mountable 10/100/1000 MB managed switch Place: Date: Signature with seal of Authorised Siganatory ATTACHMENT- Branches and requirements Bank’s HO and Branches are located in the following places in Idukki District S.No. Name of Branch REQUIREMENT 1 2 3 4 5 6 7 -------------------------------------------------------------------------------------------------------------------- To The General Manager, The Idukki District Cooperative Bank Ltd., Head Office, Idukki, Kerala State. Sir, 26 We have read all terms and conditions given in this tender form (Page 1 to Page 23) and submit this completed bid alongwith our willness to the terms and conditions mentioned in this tender form. Place: ---------------------------------------Signature of authorised signatory of the bidder company: -------------------------Seal and date: ---------------------------______________________________________________________________________________ 27