ALLAHABAD BANK ZONAL OFFICE, BERHAMPORE Gour Sundar Bhawan, N H 34 Pachanantala, Berhampore, Murshidabad, Pin Bid document

Size: px
Start display at page:

Download "ALLAHABAD BANK ZONAL OFFICE, BERHAMPORE Gour Sundar Bhawan, N H 34 Pachanantala, Berhampore, Murshidabad, Pin Bid document"

Transcription

1 ALLAHABAD BANK ZONAL OFFICE, BERHAMPORE Gour Sundar Bhawan, N H 34 Pachanantala, Berhampore, Murshidabad, Pin Bid document OBJECTIVES ALLAHABAD BANK, a leading Public Sector Bank, having its presence throughout the country, intends to make procurement of Computer Hardware for its branches under Zonal Office Berhampore through a limited tendering process. 1 Allahabad Bank, Zonal Office, Berhampore 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 Berhampore. 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. A complete set of sealed tender has to be submitted at the following Address:- Allahabad Bank Zonal Office, Berhampore, IT Department, Gour Sundar Bhawan, N H 34 Panchanantala, Berhampore, Murshidabad, Pin Last date and time for submission of Bid , PM IST 7. Date and time of opening of Bids , 2.00 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.

2 1. ELIGIBLITY CRITERIA: INSTRUCTIONS TO BIDDERS 1.1 The bidder must have 3 (three) years of experience in supplying, installation, configuration, commissioning and maintenance of Hardware. 1.2 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 90 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 of 80% of total cost excluding Tax on Delivery of Goods 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 payment of balance 20% shall be made 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 - (ii) Purchase Order No.,

3 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 1(one) week 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; g) Excise gate pass/ octroi receipts, wherever applicable duly sealed indicating payments made; and h) Any other document evidencing payment of statutory levies. 8 WARRANTIES 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.

4 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 PENALTIES 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 ` 500/- (Rupees Five Hundred only) for any equipment 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. 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 10 days from the date of purchase order. Serious discrepancy in hardware noticed at the time of installation.

5 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) Without Monitor 25 TFT 25 Laser Printer 10 Passbook Printer 5 External DVD Writer 5 CHIEF MANAGER ALLAHABAD BANK, Zonal Office, Berhampore

6 I. PC without monitor (Intel Based): ANNEXURE I TECHNICAL SPECIFICATIONS Sl. Parameter Specifications Required No. 1. Make Lenova /WIPRO/Acer/HP/Asus 2. Model Tower Model Required. All the relevant product brochures and manuals must be submitted. 3. Processor Intel Dual Core or higher 4. Motherboard Intel Original/OEM- Support for 1066MHz FSB 5. Chipset Intel s 4 series chipset or higher 6. Memory 4 GB DDR3 or higher 7. PCI/ PCI-E Slots Four slots or more, providing minimum two PCI-x slots 8. Network Controller & Ethernet Port Integrated 10/100/1000BaseT Network Controller with Ethernet RJ-45 Port 9. Disk Controller Support minimum two 512-GB SATA 3.0-Gb/s Hard Disks 10. Hard Disk Drive 512/1024 GB SATA (7,200 RPM) SMART-III or higher 11. Display Controller Integrated Intel s Graphics Media Accelerator 3100 or higher 12. Ports One ECP/ EPP Parallel, One Serial RS 232, Minimum two USB 2.0 Ports ( in the rear) in addition of PS2/ USB Ports for Keyboard and Mouse devices, Ethernet Port, One audio-in, one audio-out & MIC-in. 13. Mouse 2-Button Scroll Optical Mouse with PS2 (incase of availability of PS2 port in the motherboard)/ USB interface 14. Key-board 104 Keys Heavy Duty Mechanical Keyboard with PS2 (incase of availability of PS2 port in the motherboard)/ USB interface 15. Power Supply 300 Watts SMPS with UL/ CE Mark 17. Other Software Backup and Recovery Manager 18. PC Management Software Management features includes: PC Management Software, Pre failure alert for HDD II. TFT Monitor Sl. Parameter Specifications Required Make Lenova /WIPRO/Acer/HP/Asus 1 Monitor Minimum 18.5" TFT, 1024 x 60 Hz (or better) Noninterlaced Resolution, Antiglare, Anti-static, User Programmable Display Modes, Maximum Power Consumption should be less than 25 Watts. Certification Required - Energy Star/ TCO 03, UL/CSA

7 III. Monochrome Laser Printer: Sl. Parameter Specifications Required No. 1 Make HP/ Canon/Samsung 2 Model Must be specified. All the relevant product brochures and manuals must be submitted 3 Print Speed 15 PPM or more (A4 5% print average coverage at 600 x 600 dpi) 4 Resolution Normal Printing at 600 x 600 dpi, Best Quality Printing at 1,200 x 1,200 dpi or higher 5 First Page Out Less than 10 Seconds 6 Paper Input Feed Tray Capacity 150 Sheets or more 7 Paper Output Tray Capacity Minimum 100 Sheets 8 Paper Handling Plain paper of A4, Letter, Executive, Legal, Envelopes of different sizes, Labels, Transparencies 9 Processor Speed 250 MHz or higher 10 Buffer Memory 8 MB or more 11 I/O Interface USB Consumable Yield in Pages Must be specified as number of A4 5% print coverage at 600 x 600 dpi for separately for Starter (Economic) and Regular (Full) Toner & Drum (or Toner cum Drum, as the case be) 13 Duty Cycle > 5,000 pages per month (A4 5% print average coverage at 600 x 600 dpi) 14 Drivers Windows XP, Windows7, Windows8 15 Certification Energy Star Compliant, ISO 9001: 2000 and ISO Certificates with current validity for OEM IV. External DVD Drive Sl. Parameter Specifications Required No Make Buffalo / Sony /Samsung 1 DVD Drive External 16x DVD Writer with full backward compatibility support for CD- DVD R/RW V. Passbook Printer Sl No Make Model 1 Epson PLQ 20