Zonal Office, Allahabad

Total Page:16

File Type:pdf, Size:1020Kb

Zonal Office, Allahabad

ALLAHABAD BANK ZONAL OFFICE, ALLAHABAD 22, P.D. TANDON MARG, CIVIL LINES, ALLAHABAD PIN – 211001 , U.P.

Bid document

OBJECTIVES –

ALLAHABAD BANK, a leading Public Sector Bank, having its presence throughout the country, intends to make procurement of Computer Hardware for our branches situated in district Pratapgarh, Fatehpur, Chitrakoot, Kaushambhi & Allahabad under Zonal Office ALLAHABAD through a limited tendering process.

1 Allahabad Bank, Zonal Office, Allahabad intends to procure computer hardware as per the technical specification (Annexure-I) for the purpose of supply, installation, commissioning and maintenance, at various branches under Zonal Office Allahabad.

2 In this connection, Sealed Tender are invited from hardware vendors for the supply, installation, commissioning and maintenance of branded hardware.

3. Interested Vendor may quote their price for above mentioned hardware as per the configuration given in Annexure – I.

4. The complete tender documents have been published at the Bank’s website www.allahabadbank.in

5. A complete set of sealed tender has to be submitted at the following Address:-

The Deputy General Manager Allahabad Bank, Zonal Office, 22, P.D. Tandon Marg, Civil Lines, Allahabad-211001 U.P.

6. Last date and time for submission of Bid 17.08.2013, 1.00 PM IST

7. Date and time of opening of Bids 19.08.2013, 3.00 PM IST or any other future date.

8. No further discussion / interface will be granted to bidders whose bids have been disqualified.

9. Allahabad Bank reserves the right to accept or reject in part or full any or all the offers without assigning any reasons whatsoever. SECTION II

INSTRUCTIONS TO BIDDERS

1. ELIGIBLITY CRITERIA:

1.1 The bidder must have 3 (three) years of experience in supplying, installation, configuration, commissioning and maintenance of Hardware to at least two (2) commercial banks or PSU/Govt. Organizations. Credential letters from the relevant customers.

1.2 The bidder must have their own office/ support service centers in Allahabad/Lucknow/Varanasi/Kanpur.

1.3 The Bidder should be an OEM or authorized supplier of OEM of the proposed hardware along with AMC support.

2. ELIGIBLE GOODS AND SERVICES:

The Purchaser is looking for Hardware (Technical Specifications are given in Annexure- I),

3.BID SECURITY :

3.1 The Bidder shall have to furnish a security in the form of a Bank Guarantee valid for 3 years of 10% of the Purchase order at the time of delivery of the goods.

3.2 The bid security is required to protect the Purchaser against risk of Bidder’s conduct which would warrant the security’s forfeiture, pursuant to non compliance of the purchase order.

3.3 The bid security shall be denominated in the INDIAN RUPEES only and shall be in any one of the following forms. A bank guarantee issued by a Scheduled Commercial bank located in India.

4. PERIOD OF VALIDITY OF BIDS:

Bids shall remain valid for 180 days after the date of opening of Quotation Bid.

5 PAYMENT TERMS:

1. The Vendor’s request(s) for payment shall be made to the Purchaser in writing, accompanied by an invoice describing, as appropriate, the Goods delivered and services performed and by documents submitted and upon fulfillment of other obligations.

2. Payments shall be made promptly by the Purchaser but in no case later than sixty (60) days of submission of an invoice/claim supported by all required documents by the Vendor. 3. Payment will be made to the Vendor in Indian Rupees only.

4. Payment on Delivery of Goods: Site-wise payment of 80% of the cost of equipment shall be made by Purchaser, who have placed the purchase order, on receipt of the specified goods at the site and submission of the documents as mentioned below (Delivery And Documents –point no. 2 ) along with Performance Security.

5. Final Payment: Site-wise payment of balance 20% shall be made by the Purchaser, who has placed the purchase order, after installation and issuance of certificate of successful commissioning/acceptance of the supplied goods by the purchaser.

6 PACKING : 1 The Vendor will be required to make separate packages for each consignee. Each package will be marked on three sides with proper paint/indelible ink with the following -

(i) Contract No.:

(ii) Purchase Order No., (iii) Empanelled Vendor’s Name; (iv) Packing List Reference Number.

2 The Vendor shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Goods’ final destination and the absence of heavy handling facilities at all points in transit. 7 DELIVERY AND DOCUMENTS :

1. Delivery of the goods shall be made by Vendor within 4 (four) weeks from Receipt of Purchase Order from the concerned office of the Purchaser. The goods must be supplied with their original and complete printed documentation. Delivery of the goods means the complete set of goods mentioned in purchase order of the purchaser.

2. For goods manufactured in India or goods of foreign origin already located in India, all activities to transport the equipments to ultimate destination for delivery as per delivery schedule will be the responsibility of the Bidder. For goods offered from outside India, all activities to clear the goods and transport the equipments to ultimate destination for delivery as per delivery schedule will be the responsibility of the Bidder. The Bidder will be solely responsible for complying with any applicable export/import regulations. The Purchaser will in no way be responsible for any Deemed Export benefit that may be available to the Bidder.

Documents to be submitted to purchaser:

Original and three copies of -

a) The Vendor’s invoice showing purchase order number, goods description, serial number/s of goods, quantity, unit price, total amount;

b) Delivery note, packing list, lorry/railway receipt;

c) Insurance certificate (if any);

d) Vendor’s certificate that the delivered goods are brand new in all its components and conform to the technical specifications required by the Purchaser. In case of software, the Vendor should certify that the software supplied to the Purchaser is licensed and legally obtained;

e) Manufacturer’s/ Vendor’s warranty certificate;

f) Certificate of origin;

g) Excise gate pass/ Octroi receipts, wherever applicable duly sealed indicating payments made; and

h) Any other document evidencing payment of statutory levies.

8 WARRANTY AND POST-WARRANTY MAINTENANCE :

WARRANTY:

a. The vendor warrants that the Goods supplied under the Contract are new, unused, of the most recent or current models and incorporate all recent improvements in design and materials. The Vendor further warrants that all the Goods supplied under this Contract shall have no defect arising from design, materials or workmanship or from any act or omission of the Vendor that may develop under normal use of the supplied Goods in the conditions prevailing at the final destination.

b. This warranty shall remain valid for a period of 36 months after the Goods have been delivered to and accepted at the final destination after proper installation and commissioning.

c. Free on-site maintenance services shall be provided by the Vendor during the period of warranty.

d. The Purchaser shall promptly notify the Vendor in writing of any claims arising under this warranty.

e. Upon receipt of such notice the vendor shall, within 24 hours repair or replace the defective goods or parts thereof, without any cost to the Purchaser.

f. If the Vendor, having been notified, fails to remedy the defect(s) within a reasonable period as specified above, the Purchaser may proceed to take such remedial action as may be necessary, at the Vendor’s risk and expense and without prejudice to any other rights which the Purchaser may have against the Vendor under the Contract.

The Vendor must provide the following warranties - a) The equipment proposed is complete in every way. b) The hardware/software specification, capabilities and performance characteristics are as stated in the vendor’s proposal and accompanying documentation. c) The Vendor will offer the Purchaser all technological updates, cost reductions and facilities which are offered to other clients during the contract tenure. d) If during the warranty period, any equipment has a hardware failure on four or more occasions in a quarter, the Vendor shall replace the entire unit or component with another of at least the same quality and performance specifications at no cost to the Purchaser.

9 PENALTY FOR DOWN TIME :

The maximum permissible downtime for any equipment is 24 hours. In case an item is not usable beyond the maximum permissible downtime the Vendor will be required to arrange for an immediate replacement of the same by temporary substitute (of equivalent or higher configuration) till it is repaired. Failure to meet the above standards of maintenance will be liable for a penalty of Rs1,000/= for Server and Rs500/= for any equipment (other than Server) per day per item. The amount of penalty will be recovered from maintenance charges payable for subsequent year or bank guarantee held with the Purchaser.

The Vendor shall conduct preventive maintenance (including inspection, testing, satisfactory execution of all diagnostics, cleaning and removal of dust and dirt from the interior and exterior of the equipment and necessary repairing of the equipment) once at least in every 90 days in addition to the normal maintenance required.

10 PRICES :

The prices once offered must remain firm and must not be subject to escalation during execution of the purchase order due to fluctuation in foreign currency or change in the duty/tax structure or for any other reason. However, the entire benefits/advantages arising out of fall in prices, taxes, duties or any other reason, must be passed on to the Purchaser without the Purchaser specifically asking for it.

11 TAXES AND DUTIES :

1) The Vendor will be entirely responsible to pay all taxes including corporate tax and income tax, duties, license fees, octroi, road permits etc. in connection with delivery of goods at site including incidental services and commissioning.

2) Sales Tax/VAT and other taxes which will be applicable on the finished goods, should be clearly mentioned separately which will be paid by the Bank on actual basis on production of proof.

12. ORDER CANCELLATIONS: The Purchaser reserves the right to cancel the order in the event of one or more of the following circumstances -

 Delay in delivery and installation beyond a period of 45 days from the date of purchase order.

 Serious discrepancy in hardware noticed at the time of installation.

 Breach by the Vendor of any of the terms & conditions of the tender.

 If the vendor goes into liquidation voluntarily or otherwise. 13. HARDWARE TO BE PURCHASED:

Items Qty Desktop(PC) 30 High Speed Printer/Dot Matrix Printer 6 Laser Printer 6 Passbook Printer 6

CHIEF MANAGER ALLAHABAD BANK, Zonal Office Allahabad, U.P.

****** T echnical Specification:- Annexure- I

Desktop PC

Sl. Parameter Technical Specification Your Offer(Yes/No)- Specify No Clearly 1 Make HCL/WIPRO/Accer/HP/Dell/Lenovo 2. Model Tower Model Required 3. Processor Intel dual Core G630 ( 2.70 GHz, 2 MB Cache with 1066 MHz FSB) or higher , must support Window-XP 4. Motherboard Intel Original / OEM - support for 1066Mhz FSB 5. Chipset Intel’s H61 Chipset or higher, , must support Window-XP 6. Memory 4 GB DDR3 1066MHz (upgradeable upto 8 GB DDR3 2 or more DIMM Slots) 7. Network 10/100/1000 Integrated NIC with Ethernet Controller & RJ-45 port Ethernet Port 8. Hard Disk 500 GB SATA (7200 RPM) with SMARTIII Drive or higher 9. Other software Backup and recovery manager 10. PC PC management software including management backup and restoration facilities software 11. Ports 4 USB 2.0 Ports (2 in front), Min 1 serial &1 Parallel in addition of PS2/USB ports for PCI/PCI-E keyboard and mouse devices, Ethernet slots port, one audio-in, one audio-out & MIC- in Four Slots or more, providing minimum two PCI-x slots. 12. Keyboard 104 keys windows compatible mechanical keyboard 13 OS Window 7 Professional preloaded with license & recovery CD, down gradable to Window XP professional, Driver CDs and product manual should be provided. 14. Monitor Minimum 18.50” TFT Monitor, Anti Glare, Anti Static, User Programmable display mode, maximum power consumption should be less than25 watts. Certification Required – Energy Star/TCO05, UL/CSA, ROHS 15. Display Integrated Intel’s Graphics Media Controller Accelerator 3100 or higher 16. Optical Drive SATA DVD RW Super Multi 17. Mouse 2 button scroll Optical Mouse PS2/USB Interface 18. Power Supply 300 Watts SMPS with UL/CE mark 19. Certification Certificate of Authenticity (COA) certified Microsoft window 7 Professional 32/64 bit edition certified. 20. Warranty 3 Yrs warranty

Laser Printer

Sl. Parameter Technical Specification Your Offer(Yes/No)- No Specify Clearly 1 Make HP

2. Model 1108

3. Print speed Min 20 PPM or more(266 MHz, 8 MB RAM) 4. Paper Input Feed Tray 250 sheets or more Capacity

5. I/O interface USB / parallel interface

6. Resolution More than 800 dpi

7. Warranty 3 Yrs

High Speed Dot Matrix Printer

Sl. No Parameter Technical Specification Your Offer(Yes/No)- Specify Clearly

1 Make & Model Epson DLQ3500

2. Print head 24 pins (Must have 1 years replacement Guarantee)

3. Print speed Minimum 480 cps at 10CPI

4. Print Mode & Draft , High Speed Draft and LQ, Bi- Print Direction directional Logic Seek

5. Print Attributes Draft, Italics, Underline, Wide-front, Superscripting and Subscripting

6. I/O Interface Bi-directional parallel, Additional RS-232 Serial Port or USB Interface.

7. Buffer memory Minimum 128 KB

8. Drivers Win XP,2000,2003

9. Certification ISO certificates with current validity for OEM 10. MTBF >=10000 POH (10CPI draft mode with 33% print density at 25% duty cycle)

11. Warranty 3 Yrs

Dot Matrix Printer

Parameter Technical Specification Your Offer(Yes/No)- Specify Clearly

1 Make & Model Epson LQ2090

2. Print head 24 pins (Must have 1 years replacement Guarantee)

3. Print speed High Speed Draft -Minimum 420 cps at / Print Width 10CPI and draft – Minimum 300cps at 10 CPI / 136 columns or more 4. Print Mode & Draft , High Speed Draft and LQ, Bi- Print Direction directional Logic Seek

5. Print Attributes Draft, Italics, Underline, Wide-front, Superscripting and Subscripting 6. I/O Interface Bi-directional parallel, Additional RS-232 Serial Port or USB Interface. 7. Buffer memory Minimum 128 KB

8. Drivers Win XP,2000,2003

9. MTBF >=8000POH(10CPI draft Mode with 33% Print Density at 25% Duty Cycyle) 6. Certification ISO certificates with current validity for OEM 7. Warranty 3 Yrs

Passbook Printer -

Parameter Technical Specification Your Offer(Yes/No)- Specify Clearly

1 Make & Model Epson PLQ20

2. Print head 24 pins (Must have 1 years replacement Guarantee) 3. Print speed Draft -: Min 360 CPS at 10CPI, NLQ :- Min. 150CPS at 10 CPI / Print Width LQ:Min 100CPS at 10 CPI 94 Columns or more @10 CPI 4. Print Mode & Draft , & LQ Condensed, Double H/w, Print Direction Graphics, Bit image mode, Bi-directioanl Printing with Logic Seeking.

5. Print Attributes Draft, Italics, Underline, Wide-front, Superscripting and Subscripting

6. I/O Interface Standard RS-232 C serial with additional parallel or USB port.

7. Buffer memory/ Minimum 128 KB/ <= 55 DB from 1 meter Noise distance

8. Drivers Win XP,2000,2003 9. MTBF >=10000POH(10CPI draft Mode with 33% Print Density at 25% Duty Cycyle) 6. Certification ISO certificates with current validity for OEM 7. Warranty 3 Yrs

**********************

Recommended publications