tender document for supply and installation of all in …jcb.org.in/computertendersample.pdf · e....

20
This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process. Tender Document For Supply and Installation of All in one Desktop Computers, Printers, Scanner, Online UPS and Information Kiosk JHANSI CANTONMENT BOARD INVITATION TO BID Tender Notice No.JHS/Computers/2016-17/595 dated 02.08.2016 Address: Office of the Chief Executive Officer, Cantonment Board Subhash Marg, Jhansi Cantt-284001 Ph: 0510-2370048; FAX: 0510-2370832; e-mail: [email protected] website: www.jcb.org.in

Upload: vonhu

Post on 26-Aug-2018

212 views

Category:

Documents


0 download

TRANSCRIPT

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

Tender Document

For

Supply and Installation of All in one Desktop Computers, Printers, Scanner, Online UPS and Information Kiosk

JHANSI CANTONMENT BOARD

INVITATION TO BID

Tender Notice No.JHS/Computers/2016-17/595 dated 02.08.2016

Address: Office of the Chief Executive Officer, Cantonment Board Subhash Marg, Jhansi Cantt-284001

Ph: 0510-2370048; FAX: 0510-2370832; e-mail: [email protected]

website: www.jcb.org.in

1 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

INVITATION FOR TENDER

1. Sealed tenders are invited under Two Bid System i.e. (Part-I Technical Bid and Part-II

Financial Bid) from reputed, experienced and financially sound Agency for supply of

hardware as listed in Annexure-1.

2. The tender document can be downloaded from the e-Tendering portal of Govt. of India

at www.eprocure.gov.in. Sample tender document can be seen or downloaded from our

website www.jcb.org.in.

3. For bid submission, the interested Agency may upload the tender document complete in

all respects the e-Tendering portal of Govt. of India at www.eprocure.gov.in.

4. The filled tender form shall accompany a scanned copy of crossed Demand Draft for an

amount equal to tender fee drawn on any scheduled bank in favour of "Chief Executive

Officer, Cantonment Board, Jhansi" payable at Jhansi without which tender will be taken

as incomplete and non-responsive and shall not be considered. The D.D. shall be

submitted in person or by post at Jhansi Cantonment Board office along with the Earnest

Money Deposit and should reach in the Office of Jhansi Cantonment Board on or before

the last date of submission. The tender fee shall be nonrefundable.

5. The bidders are requested to familiarize themselves with the use of the e-Tendering

portal of Government of India and the requirements for submission like registration on

the portal, use of digital signature etc. well in advance. The bids need to be signed by

digital signature as per the requirements of the e-Tendering portal.

6. The Technical bid shall be opened on the date and time given in para 8 below in the

presence of the representative of firms who wish to be present. At the first instance the

technical bids shall be analyzed by a technical committee constituted for the purpose. At

the second stage financial bids of only technically acceptable offers shall be opened at

same or later date. The scheduled time and venue for opening the financial bids will be

communicated to only those firms/agencies whose technical bids are found in order.

7. Cantonment Board reserves the right to cancel the tender at any time or amend /

withdraw any of the item or terms and conditions contained in the Tender Document

without assigning any reason, thereof.

2 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

8. Summary of the tender notice is as follows:

a. Title : Tender for Supply and Installation of All in

one Desktop Computers, Printers, Scanner,

Online UPS and Information Kiosk

b. Tender Notice No. : JHS/Computers/2016-17/ 595

dated 02-08-2016

c. Date of start of sale/download

tender document

: 04-08-2016 at 12:00 Noon

d. Tender submission start date : 04-08-2016 at 12:00 Noon

e. Tender submission closing date : 25-8-2016 at 05:00 pm

f. Tender opening date and time : 26-8-2016 at 11:00 am

g. Cost of Tender form : Rs. 520/- (Tender Cost Rs. 500/- + VAT Rs.

20/-)

h. Earnest money : Rs. 50,000.00 (Rs. Fifty Thousand only)

i. Completion time : Within 30 days from the date of supply order

j. Estimated cost of work (Approx,

may be increase or decrease upto

any extent)

: Rs. 25.00 Lac (Rs. Twenty Five Lac only)

k. Security deposit : 10% of the cost of work awarded

l. Validation of rates of tender : 31.03.2017

9. Depending upon requirement and availability of the fund there is possibility of increase

or decrease in number of hardware.

Dated: 03/08/2016 Abhimanyu Singh Chief Exective Officer

Jhansi Cantonment Board

3 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

INSTRUCTIONS TO BIDDERS

1. TENDER FORM AND TENDER FEE

The tender document is available on Website www.eprocure.gov.in. The filled tender form shall

accompany a scanned copy of crossed Demand Draft for an amount equal to tender fee drawn

on any scheduled bank in favour of "Chief Executive Officer, Cantonment Board, Jhansi" and

payable at Jhansi without which tender will be taken as incomplete and non-responsive and shall

not be considered. The D.D. shall be submitted at Office of the Cantonment Board, Subhash

Marg, Jhansi Cantt along with the Earnest Money Deposit in person or by post and must reach

on or before the last date of submission. The tender fee shall be nonrefundable.

2. DEFINITIONS

In this tender document and associated documentation, the following terms shall be interpreted

as indicated below:

a) “OEM” means Original Equipment Manufacturer.

b) "The Bidder" means the authorized dealer of the OEM who bids or offers the goods and

services against this tender.

c) "The Purchaser/ Indenter / Buyer" means Chief Executive Officer, Cantonment Board,

Jhansi.

d) “The Vendor” means the successful bidder or the dealer of the successful bidder with

whom the Purchaser enters into a Contract against this tender. The bidder is expected to

specifically state the details of the dealers in the bid.

e) "The Contract" means an agreement entered into by the Purchaser with the vendor by

signing a contract form in a given format by the parties, including all the attachments and

appendices thereto, and all documents incorporated by reference therein;

f) "The Contract Price" means the price payable to the Vendor under the contract for the

full and proper Performance of its contractual obligations;

g) "The Goods" means All in one Desktop Computers, Printers, Scanners, Information Kiosk,

Online UPS, etc. that the Vendor is required to supply under the Contract;

h) "Services" means services ancillary to the supply of the Goods, such as transportation

and insurance, and any other incidental services applicable etc, such as installation,

commissioning, provision of technical assistance, training, on-site comprehensive

4 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

warranty, Testing, annual maintenance and other obligations of the Vendor covered

under the Contract.

i) "Consignee" means the Chief Executive Officer of Jhansi Cantonment Board;

j) “Non compliance” means failure/refusal to comply the terms and conditions of the

tender;

k) “Non responsive” means failure to furnish complete information in a given format and

manner required as per the tender documents or non-submission of tender offer in given

Forms / Proforma or not following procedure mentioned in this tender or any of required

details or documents is missing or not clear or not submitted in the prescribed format or

non submission of tender fee or EMD.

3. SUBMISSION OF TENDER OFFERS

Online bids shall be received by Jhansi Cantonment Board through Govt of India e-procurement

portal www.eprocure.gov.in on or before the time and date specified in the schedule of the

tender notice. Offers / bids received in any other form shall not be considered.

4. METHOD OF SUBMISSION OF TENDER FORM

The two bids system shall be followed. Technical and Financial bids shall be submitted online on

website www.eprocure.gov.in. The tender needs to be submitted on or before the last date and

time for bid submission as mentioned in this document.

5. COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and submission of its tender, and

the Purchaser will in no case be responsible or liable for these costs, regardless of the conduct or

outcome of the tendering process.

6. EARNEST MONEY DEPOSIT AND COST OF TENDER FORM

Bidder is required to submit two Demand Drafts (D.D.) in favour of "Chief Executive Officer,

Cantonment Board, Jhansi" payable at Jhansi. Out of which one D.D. of Rs. 50,000/- (Rs. Fifty

Thousand only) as Earnest Money Deposit (Refundable) and another D.D. of Rs. 520/- (Rs. Five

Hundred and Twenty only) (non-refundable) as cost of the tender form. Both the Demand Drafts

must reach the office of the Cantonment Board Jhansi in original on or before the last date of

5 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

submission of online tender. Without EMD or cost of tender form, the tender will be treated

incomplete and non responsive and the same will not be considered. EMD will be discharged /

returned to bidders who were not awarded the contract within 30 days from the finalization of

the tender. However, for the vendor/dealer selected, the EMD will be discharged / returned on

depositing the security deposit of Rs. 2.50 Lac.

The EMD may be forfeited In case the vendor fails:

i. To execute the agreement / contract within given period of time from the date of the

issue of the letter of the Intent.

ii. To submit Security Deposit as specified in the terms and conditions

7. ERASURES OR ALTERATIONS AND SIGNING OF TENDER OFFERS

The original Tender Offer shall be signed by an authorized signatory of the Bidder/Vendor. Such

authorization shall be indicated by power-of-attorney or Board Resolution accompanying the

tender offer. The person or persons signing the Tender Offer shall sign/initial all pages of the

Tender Offer. All the pages of the tender offer/bid should also bear the seal of the

bidder/vendor.

The Tender Offer shall contain no interlineations, erasures or overwriting except as necessary to

correct errors made by the Bidder, in that case such corrections shall be initialed by the person

or persons signing the offer and should also bear the seal of the bidder/vendor.

8. COSTS & CURRENCY

The offer must be given in Indian Rupees (`) only, inclusive of the following:

• Cost of the equipment

• Installation and commissioning charges

• Warranty charges

• Transportation and Forwarding charges to the site

• Insurance to cover equipment during transit, up to installation of equipment at the

respective sites and handing it over to end-user.

• All taxes both direct and indirect including service tax and levies / Octroi etc.

6 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

9. FIXED PRICE

The Financial Bid shall be on a fixed price basis, inclusive of all taxes and levies (all direct and

indirect taxes including local duties, levies etc). No price variation shall be asked for relating to

increase in customs duty, excise tax, dollar price variation, etc.)

10. OFFER VALIDITY PERIOD

The tender offer must be valid upto 31.03.2017.

11. RIGHT TO ALTER ITEMS

The Purchaser reserves the right to include or exclude any tender item/s, and also the Purchaser

reserves the right to make change in specifications of any items.

12. MODIFICATION AND WITHDRAWAL OF OFFERS

Withdrawal of offer will not be allowed. No offer can be modified by the Bidder, subsequent to

the closing date and time for submission of offers.

13. PRELIMINARY SCRUTINY

Prior to the detailed evaluation, the Purchaser will determine the substantial responsiveness of

each offer to the tender documents. For purpose of this Clause, a substantially responsive bid is

one, which is in conformity with all the terms and conditions of the Tender Documents without

any material deviations. The Purchaser’s determination of an offer’s responsiveness will be

based on the contents of the tender offer itself without recourse to extrinsic evidence.

Jhansi Cantonment Board will scrutinize the offers in respect of their completeness, submission

of technical documents duly signed, etc. The Purchaser will short-list technically qualified

bidders based on compliance of the qualifying criteria.

The Chief Executive Officer of Jhansi Cantonment Board reserves the right to waive any minor

infirmity or irregularity in the tender offer on recommendation of the committee, if he finds, it is

in the interest of the Government. The decision in these regards of the Chief Executive Officer,

Jhansi Cantonment Board will be final and binding on all Bidders.

7 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

14. CLARIFICATION OF OFFERS

To assist in the scrutiny, evaluation and comparison of offers, the Purchaser may, at its

discretion, ask some or all the Bidders for clarification of their offers on any of the points

mentioned therein.

SCOPE OF WORK

1. SPECIFICATIONS OF EQUIPMENT

The technical specifications in the Annexure-1 are the minimum requirements of the purchaser.

The Bidder can offer higher/latest specification without changing the make and model of the

product. However, if the particular model becomes obsolete and such certificate is produced by

the OEM with supporting document showing the replacement of the existing model with new

model with higher specifications, the purchaser will consider replacing the existing model with

new model. Purchase and Supply of product other than Make and Model mentioned in the

tender / Corrigendum shall be construed beyond the purview of this tender.

2. AREA OF OPERATION

The hardware mentioned in this tender document shall be used in Jhansi Cantonment Board or

in its schools or in the Cantonment General Hospital, Jhansi. The bidder would have to first

deliver the machines in Jhansi Cantonment Board office. The Bidder shall install the machines at

the locations as per directions of the purchaser.

BID EVALUATION

1. TENDER OPENING AND METHOD OF EVALUATION

The technical bids will be opened before the committee and the same will be evaluated as per

the qualification criteria and relevant documents in support of them. The bidders meeting the

qualification criteria shall be deemed as technically qualified. The financial bids of only technical

qualified bidders will be opened before the committee. Decision of the committee will be final.

2. TECHNICAL QUALIFICATION CRITERIA FOR BIDDERS

a) The bidder should be an OEM or an authorized dealer of the OEM.

8 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

b) The bidder bidding all the hardware should be from OEM(s) which is among the top 5

companies in the India region in any of the previous two Quarters as published in IDC/

Gartner/ Frost and Sullivan report for the respective products.

c) The bidder must have an experience of at least 3 (three) years for supply and installation

of requisite hardware.

d) The bidder should be a positive net worth firm for each of the last two years.

e) The OEM(s) whose hardware are being bid for in this tender should have an authorized

service centers in or near to Jhansi district.

f) The bidder should not have been blacklisted by the Central Government, State

Governments or Government Corporations in India.

3. TECHNICAL BID

The Technical Bid shall be completed in all respect and contain all information and documents

asked for, except prices. It must not contain any price information. The list of documents to be

uploaded as part of Technical bid are given below –

1. Signed Tender Document (Signature & Seal must be on every page)

2. Power of Attorney

3. Document showing experience in the concerned field for last three years

4. Signed copy of corrigendum issued, if any

5. Tender fee

6. Earnest Money Deposit

7. C.A. Certificate and / or Certified copy of Balance Sheet showing their Net worth

and annual turnover of the dealers for last two years

8. Income Tax Return for past three financial years

9. Sales Tax Clearance Certificate from the competent authority showing the Sales Tax

paid up to March 2016

10. An affidavit duly notarized (on stamp paper) verifying that neither OEM nor Dealers

have been black listed in the format given in Annexure – 2.

11. PAN card of the firm or dealer

12. Technical Specification of all products bidding for OR Product Brochures and leaflets

13. Certificate of valid authorized dealership, if bidder is not OEM

14. Details of the Authorized service centers on the letter head of the bidder

9 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

4. FINANCIAL BID

i. Bidder shall submit their prices only in the Financial Bid uploaded in .pdf format.

Price quoted elsewhere shall be liable to rejection.

ii. Bidder are required to download the format from www.eprocure.gov.in then fill /

complete in all respect and then scan all the pages in .pdf format and upload to

the same site.

iii. Rate quoted shall be inclusive of Supply, Installation, Warranty, taxes including

VAT & Sales tax and duties etc.

5. COMPLETENESS OF BID

Technical details in the Financial Bid must be completely filled in. Correct technical information

and Make & Model of the product being offered must be filled in. Filling up of the Technical

Detail Form in the website using terms such as “OK”, “accepted”, “noted”, “as given in brochure

/ manual” etc. is not acceptable. The Purchaser may treat offers not adhering to these guidelines

as non acceptable.

6. PRICE COMPARISONS

The Purchaser will evaluate Financial Bids of only technically qualified vendors. After opening

Financial Bids of the technically qualified they will be determined to be substantially responsive

before comparing the financial bids submitted by the bidders. If there exists any discrepancy

between words and figures, the lower amount indicated will be considered.

7. AWARD CRITERIA

i. The bidder(s) who is going to offer lowest prices per hardware is going to be selected.

ii. The L1 bidder(s) in each category of items shall be awarded the work individually.

iii. If by chance the rates of bidders matched then Chief Executive Officer, Jhansi

Cantonment Board have the rights to whom the contract must be given

iv. Chief Executive Officer, Jhansi Cantonment Board reserves the right to further negotiate

the prices quoted by the L1 bidder(s).

10 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

8. NO COMMITMENT TO ACCEPT LOWEST OR ANY TENDER

The Purchaser shall be under no obligation to accept the lowest or any other offer received in

response to this tender notice and shall be entitled to reject any or all offers without assigning

any reason therefore.

The Purchaser reserves the right to make changes in terms and conditions of the tender. The

Purchaser will not be obliged to meet and have discussions with any of the Bidder and / or to

give a hearing on their representations.

11 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

TERMS AND CONDITIONS GOVERNING THE CONTRACT

1. SIGNING OF CONTRACT

i. The vendor shall upon after selection of the successful bid execute an agreement on non-

judicial stamp paper of a value of Rs. 100/- within 7 days from issue of the letter of intent

from Chief Executive Officer, Jhansi Cantonment Board. In exceptional circumstances, on

request of the successful bidder in writing for extension, Chief Executive Officer, Jhansi

Cantonment Board reserves the right to grant an extension for appropriate period after

getting satisfied with the reasons given.

ii. In addition to terms and conditions being mentioned hereunder, all terms and conditions

of the RFP and corrigenda issued, if any, will also be applicable for the contract.

iii. At the time of signing the agreement, the vendor shall submit Security Deposit for

required amount (10% of the cost of work awarded) in the form of FDR drawn on any

Scheduled Nationalized Bank in favor of Chief Executive Officer, Cantonment Board,

Jhansi. Without which this agreement will not be executed.

iv. On failure to execution of the agreement, EMDs furnished will be forfeited.

vi. Terms and conditions of the contract may vary from product to product and so

accordingly some changes may be done in the Terms and conditions of the contract even

at the time of signing the agreement.

2. SECURITY DEPOSIT

The vendor shall submit the security deposit of 10% of the total contract value in shape of FDR in

favour of Chief Executive Officer, Cantonment Board, Jhansi. The security deposit should be valid

for 36 months from the date of signing the agreement. Security Deposit will be refunded in

given mention schedule after deducting penalty, dues etc., if any –

After successful completion of 1st year of agreement – 50%

After successful completion of 2nd year of agreement – 25%

After successful completion of 3rd year of agreement – 25%

12 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

3. VALIDITY PERIOD OF THE CONTRACT

The contract shall remain in force for 36 months from date of issue.

4. RESPONSIBILITIES OF VENDOR AND OEM

i. The Vendor/Bidder will be solely responsible for terms and conditions of the contract

ii. The responsibility of the Vendor under the contract will be to supply quality product and

service support thereafter.

iii. The OEM shall submit the support plan which will include details of contact and

escalation matrix to whom the buyer will contact for support. The service support during

the contract period shall be discharged only through the Authorized Service Engineer.

iv. The responsibility of the vendor is to supply brand new and standard products without

any damage with its / their installation and commissioning. The vendor shall be

responsible for delay in supply, installation & commissioning.

5. TRANSFER & SUB- LETTING

The vendor has no right to give, bargain, sell, assign or sublet or otherwise dispose of the

Contract or any part thereof, as well as to give or to let a third party take benefit or advantage of

the present Contract or any part thereof.

6. COMPLETENESS OF CONTRACT

i. The contract will be deemed as incomplete if any component of the hardware, software,

etc., or any documentation / media relating thereto is not delivered, or is delivered but

not installed and / or not operational or not acceptable to the indenter / buyer after

acceptance testing / examination.

ii. In such an event, the supply and installation will be termed as incomplete and it will not

be accepted and the warranty period will not commence. The equipment will be

accepted after complete commission and satisfactory functioning of equipments for a

minimum period of 10 days. The Warranty period will commence only on acceptance

(based on acceptance test) of equipment by the indenter / buyer.

13 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

7. CORRUPT OR FRAUDULENT PRACTICES

The Purchaser requires that the Bidders under this tender should observe the highest standards

of ethics during the procurement and execution of such contracts. In pursuance of this policy,

the Purchaser defines the terms set forth as follows:

i. “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of value

to influence the action of the public official in the award of the contract, procurement

process or in contract execution;

ii. In the event of corrupt practice and fraudulence in addition to penal action as per the

terms and conditions of the contract, legal action shall also be initiated against the

concerned.

iii. “Fraudulent practice” means a misrepresentation of facts in order to influence award of

contract or a procurement process or an execution of a contract to the detriment of the

Purchaser, and includes collusive practice among Bidders (prior to or after bid

submission) designed to establish bid prices at artificial non-competitive levels and to

deprive the Purchaser of the benefits of the free and open competition;

iv. The Purchaser will suspend the award of contract if prima-facie it is established that the

vendor had engaged in corrupt or fraudulent practices in competing for the contract in

question.

v. The Purchaser will declare a Bidder ineligible after giving opportunity of being heard,

either indefinitely or for a stated period of time, to be awarded a contract if at any time it

is found that the Bidder has engaged in corrupt and fraudulent practices in competing

for, or in executing, a contract.

8. TAXES AND DUTIES

Rate should be inclusive of Supply, Installation and 3 Years onsite warranty, all taxes and duties

etc including VAT and Sales tax, Octroi etc.

14 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

9. PAYMENT TERMS

100% payment within 30 days towards supply and successful installation of the equipment by

the vendor

10. WARRANTY

i. The OEM shall provide comprehensive onsite warranty for a period of three years from

the date of installation and commissioning of equipment and software supplied.

ii. Any defect observed within warranty period, the OEM shall be obliged to change or

repair the equipment without making any charge.

iii. The equipment, if necessary, will be opened only by the OEM Engineer for

repair/otherwise during the warranty period. Warranty shall become void if the

indenter/buyer buys any other supplemental hardware from a third party and installs it

with/in these machines not through the authorized OEM engineer.

15 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

Annexure – 1 Detail of Hardware to be supplied

1. All in One Desktop Computer (25 Nos.) Minimum Specifications

Processor 6th Generation Intel(R) Core(TM) i5-6400T Processor (6M Cache, up to 2.80 GHz)

RAM 8GB Dual Channel DDR3L 1600MHz (4GBx2)

HDD 1TB 5400 rpm Hard Drive

DVD Tray load DVD Drive (Reads and Writes to DVD/CD)

Display 19.5 inch or More Full HD LED Display with Wide Viewing Angle

OS Windows 10 Home Basic (License)

Keyboard and Mouse Wireless Keyboard and Mouse

Ports 4 USB (Rear), 2 USB (Side), HDMI-in, HDMI-Out, 10/100 Ethernet

Audio Integrated Speakers and microphone

Wireless Integrated WI-FI 802.11 Bluetooth 4.0

Warranty 3 Years onsite warranty

Add On 23.8-inch FHD (1920x1080) Backlit Touch Display with Wide Viewing Angle In lieu of 19.5 inch or More Full HD LED Display with Wide Viewing Angle

2. Multifunction Laser Printers (10 Nos.) Minimum Specifications

Function Print, Copy, Scan

Print Technology Laser

Duplex Printing Yes (Manual or Automatic)

Print Speed (A4 Size) Upto 20 ppm

Processor Speed 600 MHz

Copy Resolution 400 x 600 dpi

Scan Resolution Upto 1200 dpi

Colour Scanning Yes

Scan Mode TWAIN compliant

Warranty 3 Years

16 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

3. Scanner (2 Nos.) Required Models

HP Scanjet 8270 Document Flatbed Scanner 1 No.

HP Digital Sender Flow 8500 fn1 Document Capture Workstation 1 No.

4. 2 KVA Online UPS (8 Nos.) Minimum Specifications

Capacity 2 KVA / 1600 W

Battery Inbuilt

Phase Single

Voltage Range Load 100%, range is 160V to 300V; When 60% load, input range is 110V to 300Vac.

Output Voltage 220 / 230 / 240 V ac

Battery type SMF

Backup 60 minutes

Warranty 3 years

Generator Compatible Yes

5. Information Kiosks Processor Based Free Standing Type (1 No.) Minimum Specifications

Type / Mounting Free Standing

Construction The Kiosk shall be floor mounted with permanent Base and screw less chassis. The enclosure shall be made of minimum 1.2 mm stainless steel sheet designed to work in harsh environmental condition. Design must be sleek and attractive.

Display System (a) Type : Colour LED Touch Monitor

(b) Size : Minimum 21 inches

(c) Resolution : 1920 X 1080

(d) Touch Screen : Projected Capacitive with 3 mm or higher antiglare & overlay tempered vandal resistant glass

(e) Brightness : Minimum 250 CD/m2 (NITS)

17 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

System Details

Processor Intel i3 or higher processor (Tenderers will specify Make and Model of CPU, Chipset and Processor while quoting the item in their)

Chipset Suitable chipset for the processor

Memory 4 GB or higher

HDD/Storage 500 GB or higher

ODD Provision to connect external CD/DEV Drive

Operating System Windows 8.1 or higher (License)

Keyboard/Mouse Support for USB Keyboard and mouse

Network / LAN TCP/IP with DNS and DHCP, 10/100/1000 Base Fast Ethernet, Protocols Twisted Pair (RJ-45). Point-to-Point Protocol (PPP), Point-to-Point Protocol over Ethernet (PPPoE), Point-to-Point Tunneling Protocol (PPTP), Wake on LAN and PXE

Audio, External Speaker & Headphone

Yes, HD Audio support. Provision of speaker/headphone selector switch (Minimum 2 X 3W RMS multimedia stereo speakers with volume control button, on-off button, powered with 220V supply). Speakers shall be of Good Quality for public hearing of audio-visual content running in Kiosk software.

Card Reader Built-In ACR 120S Contactless Smart card reader

Cooling Suitable No. of fans to be provided

Note : Above mentioned specifications are minimum required. Bidder may supply higher

configuration equipments.

18 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

Annexure-2 FORMAT OF NOTARIZED AFFIDAVIT

Undertaking

We M/s ___________________ (Name of the Bidder) having head office at ________________

undertake the following

1. We M/s___________________ (Name of the Bidder) are not blacklisted by the Central

Government, State Governments or Government Corporations in India.

2. We further undertake that our dealer(s) M/s ______________________ (Name of

dealers) having office at ---------------- is/are also not blacklisted by the Central Government, State

Governments or Government Corporations in India.

Signed on behalf of M/s ________________________ (Name of Bidder)

Seal of the Bidder

Place:

Date:

19 | P a g e

This document is only for Sample and not valid for tender process. Please download original document from www.eprocure.gov.in for participating in tender process.

CHECK LIST (Following documents must be enclosed)

1. Signed Tender Document (Signature & Seal must be on every page)

2. Power of Attorney

3. Document showing experience in the concerned field for last three years

4. Signed copy of corrigendum issued, if any

5. Tender fee

6. Earnest Money Deposit

7. C.A. Certificate and / or Certified copy of Balance Sheet showing their Net worth

and annual turnover of the dealers for last two years

8. Income Tax Return for past three financial years

9. Sales Tax Clearance Certificate from the competent authority showing the Sales Tax

paid up to March 2016

10. An affidavit duly notarized (on stamp paper) verifying that neither OEM nor Dealers

have been black listed in the format given in Annexure – 2.

11. PAN card of the firm or dealer

12. Technical Specification of all products bidding for OR Product Brochures and leaflets

13. Certificate of valid authorized dealership, if bidder is not OEM

14. Details of the Authorized service centers on the letter head of the bidder