TENDER DOCUMENT - the idukki district co

advertisement
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
Download