request for proposal for empanelment of vendors for … · ict related services like system...
Post on 12-Apr-2018
217 Views
Preview:
TRANSCRIPT
No.10 (82)/2015-NICSI
NATIONAL INFORMATICS CENTRE SERVICES INC.
(NICSI)
(A Government of India Enterprise under NIC) Ministry of Electronics & Information Technology
Hall No. 2&3, 6th Floor, NBCC Tower, 15, Bhikaji Cama Place, New Delhi – 110066.
Tel – 26767300, Fax - 26105212
TENDER NO. NICSI/DESKTOP SYSTEMS/2016/28
Request for Proposal for Empanelment of
Vendors for Supply, Testing and Installation of
Desktop Systems and Related Additional Items
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 2 of 102
Disclaimer
The sole objective of this document (the Request for Proposal or the RFP) is to solicit
Techno commercial offers from interested parties for taking part in the empanelment
process leading to empanelment of vendor(s) for the scope of work as mentioned in this
document. While this document has been prepared in good faith, no representation or
warranty, express or implied, is or will be made, and no responsibility or liability will be
accepted by NICSI or any of their employees, advisors or agents as to or in relation to the
accuracy or completeness of this document and any liability thereof is hereby expressly
disclaimed.
Interested Parties may carry out their own study/ analysis/ investigation as required before
submitting their Techno commercial proposals.
This document does not constitute an offer or invitation, or solicitation of an offer, nor does
this document or anything contained herein, shall form a basis of any agreement or
commitment whatsoever.
NICSI Representatives, its employees and advisors make no representation or warranty
and shall incur no liability under any law, statute, rules or regulations as to the accuracy,
reliability or completeness of the RFP Document
Some of the activities listed to be carried out by NICSI subsequent to the receipt of the
responses are indicative only. NICSI has the right to continue with these activities, modify
the sequence of activities, add new activities or remove some of the activities, as dictated
by the best interests of NICSI.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 3 of 102
TABLE OF CONTENTS
1 INTRODUCTION .................................................................................................... 5
2 OBJECTIVE / SCOPE ............................................................................................ 5
3 EMPANELMENT TERMS ....................................................................................... 7
4 GUIDELINES FOR PMA COMPLIANT ITEMS ........................................................ 8
5 CRITERIA FOR EVALUATION ............................................................................... 9
6 BIDDING PROCESS ............................................................................................ 16
7 BID SUBMISSION ................................................................................................ 18
8 BID OPENING AND EVALUATION ...................................................................... 21
9 SECURITY DEPOSIT AND PERFORMANCE BANK GUARANTEE ..................... 29
10 GENERAL TERMS AND CONDITIONS ............................................................. 31
11 TERMINATION OF CONTRACT ........................................................................ 32
12 PRICE VARIATION ............................................................................................ 34
13 AWARD OF WORK............................................................................................ 36
14 DELIVERY OF SERVICES ......................... ERROR! BOOKMARK NOT DEFINED.
15 ACCEPTANCE TESTING PROCESS ................................................................. 37
16 STOCK ENTRY & BILLING TO END USER ....................................................... 39
17 DELIVERY AND INSTALLATION ...................................................................... 39
18 ONSITE WARRANTY MAINTENANCE .............................................................. 42
19 PAYMENT TERMS ............................................................................................ 44
20 PENALTY .......................................................................................................... 46
21 CONFIDENTIALITY AND SECURITY ................................................................ 47
22 INDEMNITY ....................................................................................................... 48
23 LIMITATION OF LIABILITY ............................................................................... 48
24 FORCE MAJEURE ............................................................................................ 49
25 DISPUTE RESOLUTION .................................................................................... 50
26 APPLICABLE LAW............................................................................................ 50
ANNEXURE 1 - COVERING LETTER FOR BID ....................................................... 51
ANNEXURE 2 - FACT SHEET ................................................................................. 54
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 4 of 102
ANNEXURE 3 - BID SUBMISSION PROCEDURE ................................................... 55
ANNEXURE 4 - DOMESTIC VALUE ADDITION – SELF CERTIFICATE .................. 58
ANNEXURE 5 - FORMAT FOR PROJECT REVIEW CERTIFICATE ...............ERROR!
BOOKMARK NOT DEFINED.
ANNEXURE 6 - SITE NOT READY CERTIFICATE .................................................. 60
ANNEXURE 7 - DELIVERY AND INSTALLATION CERTIFICATES ......................... 61
ANNEXURE 8 - SUPPORT INFRASTRUCTURE AVAILABLE WITH
BIDDER/AUTHORIZED PARTNER ........................................................................... 63
ANNEXURE 9 - TECHNICAL ................................................................................... 65
ANNEXURE 10 - OEM-PARTNER UNDERTAKING ................................................. 82
ANNEXURE 11 - FINANCIAL BID ........................................................................... 84
ANNEXURE 12 - STATEMENT OF DEVIATIONS FROM TECHNICAL
SPECIFICATIONS 1
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 5 of 102
1 INTRODUCTION
a) National Informatics Centre Services Incorporated (NICSI) was set up in 1995 as a
Section 25 company and is the corporate extension of National Informatics Centre
(NIC), Department of Electronics & Information Technology (DeitY), Government of
India.
b) NICSI specializes in procurement, installation, commissioning and maintenance of the
state-of-the-art ICT Products and services; Video conferencing systems and services,
Computer Hardware & software along with extensive consultancy services and other
ICT related services like system Integration, Application Software Development, Data
Centre and Network Installations, Operations Management Service etc. at most
competitive prices.
c) To discharge the social obligations of the Government in Information Technology
domain, NICSI in association with NIC has designed and developed major software
and technology infrastructures for various Government departments both at the Centre
and in the States.
d) NICSI manages its procurement and supplies of IT-hardware, software, Video-
conferencing & Network equipment, hardware, software and Network installations,
Application Software/Website Development, Technical Support Services and other
services through:
OEM’s empaneled for specific periods against open tenders for the supply of
IT-hardware, Peripherals, UPS systems and other equipment.
Service specific vendor empanelment against open tenders for network
Installation and maintenance, provision of technical support services for
software development and training, Technical manpower outsourcing etc.
Strategic Alliances/Agreements directly with the OEMs for supply of IT
products, software and other services etc.
e) NICSI plays the role of a facilitator and actual requirement usually come from the end
user. NICSI floats the tenders through various advertisements based on anticipated
requirements (as per past practice) and finalizes the rates.
2 OBJECTIVE / SCOPE
1. NICSI would like to have a panel of vendors to cater to NIC, NICSI’s users & own
requirements. The empaneled vendors will supply Desktop Systems and relevant
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 6 of 102
additional items at the rates finalized through this tender during the period of
empanelment/extended empanelment except for revision in rates as per provisions of
Section 12 – PRICE VARIATION of the tender.
2. A bidder can quote for any or all the configurations/annexures from any or all the
categories of ANNEXURE 8 - TECHNICAL, however should also quote relevant
additional items in ANNEXURE 8 - Technical (VIII) of quoted Desktop configuration.
Each Desktop Configuration of ANNEXURE 8 - (Technical I to VI) and Thin Clients:
Annexure-9 - (Technical-VII) will be treated as a separated tender for purpose of
evaluation, processing and ordering.
3. All the Desktop System OEMs who have participated directly in any Govt. tender in
the past, shall bid directly for this tender. Such bidders will be allowed to nominate one
Authorized Partner in addition to the option of doing it directly, for execution of
empanelment (supply, testing, installation and maintenance).
4. For the remaining part of this tender document, following terms will be interpreted as
per the definition given against each term.
i Bidder A firm which is bidding in this tender. This tender allows only
Original Equipment Manufacturers (OEM) to bid, if the OEM
has, in the past, quoted directly in Govt. tenders
ii Vendor A firm to whom empanelment has been awarded after
successful evaluation of their bid.
iii Authorized
Partner
A firm nominated by the bidder (if any) for delivery, testing,
installation and warranty support of the ordered items.
iv Alternate
Partner
A firm, nominated by the Bidder (if OEM is bidding directly), who
will be considered at a later stage of empanelment as
Authorized Partner, if the already empanelled Partner is not
performing according to tender requirements. However, there
will be only one Authorized Partner empanelled at any given
time.
v Supplier A firm to whom the Purchase Orders will issued by NIC/NICSI.
Supplier is either Vendor (OEM/) or their Authorized Partner (of
the OEM, ) as the case maybe. NIC/NICSI reserves the right to
issue Purchase Order either to the Vendor or its Partner or both.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 7 of 102
3 EMPANELMENT TERMS
1. NICSI will form a panel of vendors for the period of empanelment, which will be
initially for one year only. Depending on the project requirements, NICSI may extend
the period of empanelment for additional 1 (One) year through mutual consent after
obtaining revised financial bids/ascertaining reasonability of rates with reference to
prevailing market rates. The size of the panel for each configuration/annexure shall
include the L1 bidder and the bidders falling within 120% of L1 value or other bidders
(to form a panel of at least 2 vendors) if there is no bidder falling within 120% of L1
value. The decision of NICSI on the panel size shall be final.
2. As per CVC Circular No.03/01/12 dated 13.1.2012:
a. In a tender, either the Indian Agent on behalf of the OEM or the OEM itself
can bid but both cannot bid simultaneously for the same item/product in the
same tender.
b. If an agent submits bid on behalf of any OEM, the same agent shall not
submit bid on behalf of another OEM.
c. Multiple agents of the same OEM cannot participate in bid for the same
item/product.
3. If the execution model proposed by the qualified bidder (OEM) involves Authorized
Partner, a tripartite agreement will be signed between NICSI, bidder and Authorized
Partner for honoring all tender terms and conditions.
4. All terms and conditions governing prices and supply given above, as applicable to
NICSI, will be made equally applicable to NIC.
5. As a matter of policy and practice and on the basis of Notification published in Gazette
of India dated 14th March, 1998, it is clarified that services of the agency selected
through this tender can be availed by both National Informatics Center [NIC] and
National Informatics Center Services Incorporated [NICSI], as the case may be
depending on the project, and the selected agency shall be obliged to render services
to both or any of these organizations as per the indent placed by the respective
organization. In other words, the selection procedure adopted in this tender remains
applicable for NIC as well, and in the event of rendering services to NIC, the selected
vendor shall discharge all its obligations under this tender vis-à-vis NIC. Any default
or breach in discharging obligations under this tender by the selected vendor while
rendering services to NIC, shall invite all or any actions / sanctions, as the case may
be, including forfeiture of security deposit.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 8 of 102
6. The empanelment under this tender is not assignable by the selected agency. The
selected agency shall not assign its contractual authority to any other third party. The
vendor should not assign or sublet the empanelment or any part of it to any other
agency in any other form than defined in this tender. If found doing so, shall result in
termination of empanelment and forfeiture of Security Deposit.
7. In case the empaneled vendor is found in breach of any condition(s) of tender or supply
order, at any stage during the course of supply / installation or warranty period, the
legal action as per rules/laws, shall be initiated against the vendor and EMD/Security
Deposits shall be forfeited, besides being liable to be debarred and blacklisted for at
least three years, for further dealings with NICSI.
4 GUIDELINES FOR PMA COMPLIANT ITEMS
1. Department of Electronic & IT. (DeitY) vide Notification No. 33(3)/2013-JPHW dated
23.12.2013 has laid down the PMA policy for providing preference to domestically
manufactured products in procurement of Electronic goods. Under this policy DeitY
and DOT have notified multiple items. Notifications may be gone through at
http://deity.gov.in/esdm/pma. Further notifications by various departments may be
issued from time to time in this regard. The Guidelines may be treated as an integral
part of the tender document.
2. NICSI as a nodal agency shall promote the policy for providing preference to
domestically manufactured electronic products based on notification issued under the
policy by the DeitY, DOT and any other department in public procurement by
Government and its agencies
3. Bidders availing preference under the aforementioned policy are required to submit an
affidavit regarding domestic value addition in prescribed Form I (given in ANNEXURE
4 - DOMESTIC VALUE ADDITION SELF CERTIFICATE). Quoting false information
may lead to the cancellation of their empanelment and EMD/Security Deposit may also
be forfeited.
4. The vendors shall have the option to upgrade the domestic value addition against their
active empanelment through the Affidavit as per Form I but no downgrade shall be
accepted. NICSI shall accordingly update the empanelment without affecting the price
and all supplies made after the date of such updation shall be with upgraded domestic
value addition only.
5. Bidders are also required to indicate the domestic value addition in terms of BoM for
the quoted product, in terms of aforesaid guidelines, in their bid in the following format.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 9 of 102
Item
No.
Item
Description
Manufacturer/
Supplier
Country of
Origin Value
Domestic Value
addition in
percentage
6. NICSI shall conclude its empanelment of vendors as per existing procedure and
incorporate the domestic value addition in its empanelment. However, the
Government User Departments /indentors shall be fully responsible to ensure
compliance of the PMA policy while placing orders against the empanelment.
7. In case of any complaint against the domestic value addition, the empaneled bidder
shall provide information/documents in support of the domestic value addition as may
be required to verify the complaint without a any cost to NICSI. In case the complaint
is not established, there shall be no liability on the empaneled bidder.
5 CRITERIA FOR EVALUATION
5.1 Prequalification/Eligibility Criteria
1. Eligibility Criteria for Bidder
# Requirements Documents Required Compliance
(Yes/No)
and
Reference
Page No.
1. Bidder should be a manufacturer (OEM)
of Desktop systems for past three years.
Required authentic documents shall be
submitted to prove the credential as
manufacturer of the quoted items. Such
bidder will have option to execute the
empanelment directly or through an
authorized partner engaged in sale &
service support of their products.
In addition to the Authorized Partner, the
bidder can nominate one more firm as
1. Proof of manufacturing
(OEM)
2. Copy of Covering letter as
per ANNEXURE 1 -
Covering Letter for Bid
3. If the business model
proposed by the bidder
involves an
Authorized/Alternate
Partner then an agreement
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 10 of 102
Alternate Partner who can be
considered for evaluation and
empanelment if the First Partner either
becomes ineligible or not performing the
Contractual Obligations as per NICSI
Tender requirement. However, such a
change of Partner will be permitted only
once during the empanelment. Request
for changing Partner will be decided by a
duly constituted committee of NICSI,
after examining the performance of the
Partner.
A firm can become partner (either as
Authorized Partner/Alternate Partner) of
only one OEM for this tender.
as per ANNEXURE 9 -
OEM Partner Undertaking
duly signed by both OEM
and Partner’s
representatives.
2. The bidder’s annual sales turnover from
sale of IT products and services within
India should be at least Rs.100 Crores
(Rupees One hundred Crores), during
each of the years 2013-14, 2014-15 and
2015-16. However, for OEMs who are
meeting all required criteria of “Domestic
Value Addition” and hence qualified as
“Preferred Domestic Manufacturer”, the
annual turnover requirement is further
relaxed to Rs.20 (Twenty) Crores.
The turnover refers to the company
participating in this tender and not the
composite turnover of its
subsidiaries/sister concerns etc..
1. Certificate from CA
(Statutory Auditor) clearly
stating the turnover from
sale of IT products and
services within India during
each of the Financial Years
2013-14, 2014-15 and
2015-16.
(Quote value in Rs. Crore)
3. The bidder should be an ISO 9001:2008
or ISO 20000-1 certified Company. The
bidder should enclose a copy of quality
certificate from a recognized institution
for their manufacturing / assembly /
system integration facilities anywhere
located in INDIA. This certification
1. Copy of Valid Registration
Certificates clearly
specifying the Name of the
Agency, the validity date
and other relevant
information.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 11 of 102
should be from any globally recognized
institution.
4. The Bidder/OEM must have country
wide infrastructure support in the form of
direct/Authorized Partner/Franchisee
support centers in at least 15 States/UTs
including one North Eastern States.
For the aforementioned, in absence of
agreement/undertaking document for
service support in case of support
through franchisees bidders bid may be
rejected straightway. Bidders should
also provide escalation matrix for their
sales & support function.
1. Details as per ANNEXURE
7 - SUPPORT
INFRASTRUCTURE
AVAILABLE
2. If the Warranty Support
model involves Authorized
Partner/Franchisee,
submit valid agreements
with such Authorized
Partner/Franchisee
5. The bidder should have a valid:
i) Service Tax Registration Number
ii) Income Tax/PAN Number
iii) VAT Registration Number
1. Copy of Valid Service Tax
Registration Certificate
2. Copy of PAN Card
3. Copy of VAT Registration
Certificate
6. The bidder should be a Company
registered in India under the Companies
Act 1956 or registered co-operative
society or a partnership firm registered
under the India Partnership Act 1932.
It is mandatory that the bidder should
have a registered office in India for at
least 3 years from the date of publishing
of this tender. Companies that have not
completed 3 years of establishment in
India will be disqualified.
1. Certificate of Incorporation
Or
Registration Certificate (for
co-operative societies)
Or
Partnership Deed (for
partnership firms)
2. Proof of having a
registered office in India
clearly specifying the
number of years of
establishment.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 12 of 102
7. The bidder or authorized partner should
be registered for raising their
bills/invoices to NICSI from Delhi.
1. Proof of bidder’s/partner’s
billing location
8. To confirm in Yes or No, whether the
bidder falls under the Micro, Small and
Medium Enterprises Development Act,
2006. If yes, a copy of the Registration
Certificate must be provided to NICSI.
Further, it shall be the responsibility of
the bidder to keep NICSI informed if
there is any change of the status of the
company. Non-compliance in this regard
during the course of
empanelment/extended empanelment
shall lead to disqualification of the bidder
from empanelment.
1. Relevant Certificate of
Registration
9. To confirm in Yes or No, whether the
bidder qualifying to be a ‘Preferred
Domestic Manufacturer” with reference
to the guidelines issued by Department
of Electronics & IT, Govt. of India
1. Self-certification on 100/-
Rupees stamp paper as
per ANNEXURE 4 -
DOMESTIC VALUE
ADDITION
10. To confirm in Yes or No, whether the
bidder the bidder is availing benefits
under “Startup Standup India” Policy? *
1. Relevant Certificate of
Registration
*Note: OEMs which falls under the category of Start Ups as defined under “Startup
Standup India” initiative of Government of India (www.startupindia.gov.in) would
be eligible and evaluated as per the stipulated guidelines.
2. Eligibility Criteria for Authorized Partner (if Authorized Partner is being proposed)
For this criteria, supporting documents (as asked below), of only the First Partner need to
be submitted. For Alternate Partner, the eligibility documents will be required to be
submitted at a later stage if need arises.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 13 of 102
# Requirements Documents Required Compliance
(Yes/No)
and
Reference
Page No.
1. Partner of bidder/OEM for the Supply,
Testing, Installation & maintenance
Support of quoted product along with
authorized partners agreement on Rs
100/- Non Judicial stamp paper in
support that nominated authorized
partner agrees that they will supply,
install and maintain the systems as per
empanelment conditions and rate. A
bidder can authorize only one partner
initially. Hence bidder should ensure that
nominated authorized partner meets the
eligibility criteria defined for them.
Alternate partner nominated bidder may
be considered during empanelment only
in case first partner defaulted in
execution of empanelment obligations.
However eligibility of alternate partner
has to be same as defined in this tender
for first partner.
1. An agreement as per
ANNEXURE 9 - OEM
Partner Undertaking duly
signed by both OEM and
Partner’s representatives.
2. The bidder’s partner’s annual sales
turnover (averaged) from sale of IT
products should be at least Rs.20
Crores (Rupees Twenty Crores) with
positive Net Worth, during each of the
years 2013-14, 2014-15 and 2015-16.
The turnover refers to the company
participating in this tender and not the
composite turnover of its
subsidiaries/sister concerns etc..
1. Certificate from CA
(Statutory Auditor) clearly
stating the Net Worth and
turnover from sale of IT
products during each of the
Financial Years 2013-14,
2014-15 and 2015-16.
(Quote value in Rs. Crore)
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 14 of 102
3. The bidder’s partner should be an ISO
9001:2008 or ISO 20000-1 certified
Company.
1. Copy of Valid Registration
Certificates clearly
specifying the Name of the
Agency, the validity date
and other relevant
information.
4. The bidder’s partner must have country
wide infrastructure support in the form of
direct/Authorized Partner/Franchisee
support centers in at least 15 States/UTs
including one North Eastern States.
1. Details as per ANNEXURE
7 - SUPPORT
INFRASTRUCTURE
AVAILABLE
2. If the Warranty Support
model involves Authorized
Partner/Franchisee,
submit valid agreements
with such Authorized
Partner/Franchisee
5. The bidder’s partner should have a valid:
i) Service Tax Registration Number
ii) Income Tax/PAN Number
iii) Delhi VAT Registration Number
1. Copy of Valid Service Tax
Registration Certificate
2. Copy of PAN Card
3. Copy of Delhi VAT
Registration Certificate
6. The bidder’s partner should be a
Company registered in India under the
Companies Act 1956 or registered co-
operative society or a partnership firm
registered under the India Partnership
Act 1932.
1. Certificate of Incorporation
Or
Registration Certificate (for
co-operative societies)
Or
Partnership Deed (for
partnership firms)
7. The partner must have executed at least
one Purchase Order during each
financial year i.e. FY 13-14, 14-15, 15-16
for minimum 100 Systems of similar type
1. Enclose copy of Purchase
Oder clearly indicating the
Name & Address of issuing
department and the
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 15 of 102
(Desktop Systems) as quoted in this
tender for. Clubbing multiple POs for
achieving the required quantity will not
be permissible.
Quantity and type of
System ordered.
8. The Partner must have entered into at
least one AMC contract with any Govt.
organization/PSU/Bank for maintaining
Desktop/Laptop Systems for each in last
three years
1. Copy of AMC
5.2 Technical Criteria
Details of equipment to be empaneled/procured and their Technical Specifications are
given in ANNEXURE 8 - TECHNICAL SPECIFICATIONS - Technical (I to VIII).
1. The following documents shall be enclosed by every bidder in their Technical bids: -
a. Make and model of all items quoted should be mentioned in the technical bid
and complete technical details should be provided in the form of brochures and
write ups.
b. Necessary detailed technical write-up highlighting the features of the System
quoted.
c. Reports published in journals comparing the quoted product with other similar
product.
d. Information on future planned upgrade and compatible products along with the
anticipated time frame.
e. List of important installation sites.
f. Any other document which the Bidder may feel necessary in support of their
product.
g. Certificate to the effect that the offered/quoted products conform to the tender
specification.
2. Bidder shall furnish a compliance statement (Point-wise) of specifications & features
of offered equipment with the Technical Bid. Deviations from technical specifications
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 16 of 102
should be furnished as per ANNEXURE 11 - STATEMENT OF DEVIATIONS.
Deviation on lower side of specifications will not be considered. No deviations in terms
& conditions of the tender document will be accepted in any case.
3. Hardware Configuration Evaluation Mechanism
a. All the sub-annexures under ANNEXURE 8 - TECHNICAL SPECIFICATIONS
would be evaluated during Technical Evaluation.
b. The Bidders have to comply to all the technical specifications/requirements for
each quoted Annexure.
c. The quoted Items will be physically evaluated at NICSI/Vendor’s works
premises located anywhere in India.
d. The bidders have to mention the make and model/Version of all the proposed
Systems and software quoted.
e. Self-certified technical specifications data sheet, compatibility matrix,
functionality report and reliability test report for each quoted items should be
enclosed with the technical bid.
f. The reliability testing of 24 hours (or as defined by TEC) on each offered system
will be conducted using latest version of AMI Diags/OEM diagnostic utilities.
The required utilities, device drivers & OS flavors will be arranged by the bidder.
Only those bidders that qualify the technical criteria shall be considered qualified for commercial evaluation stage.
6 BIDDING PROCESS
6.1 Availability of Tender Documents
The tender document is available at NICSI e-procurement site https://eproc-
nicsi.nic.in/nicgep/app & http://nicsi.com/tenders.asp
Prospective bidders desirous of participating in this tender may view and download the
tender documents free of cost from the above mentioned website.
At any time prior to the last date for receipt of bids, NICSI may, for any reason, whether
at its own initiative or in response to a clarification requested by a prospective bidder,
modify the tender documents by an amendment/corrigendum. The
amendment/corrigendum will be notified at the above mentioned websites, which will be
binding on the prospective bidders to consider for quoting.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 17 of 102
The bidders are expected to examine all instructions, forms, terms, project requirements
and other information in the RFP documents. Failure to furnish all information required as
mentioned in the RFP documents or submission of a proposal not substantially responsive
to the RFP documents in every respect will be at the bidder's risk and may result in
rejection of the proposal and forfeiture of the bid security.
NICSI reserves the right to cancel this tender or modify the requirement at any stage of
Tender process cycle without assigning any reasons. NICSI will not be under obligation
to give clarifications for doing the aforementioned.
6.2 Time Schedule
As per “ANNEXURE 2 - Fact Sheet”.
No Bid will be accepted after the expiry of the above mentioned time schedule
In order to allow bidders a reasonable time to take the amendment/corrigendum(s) into
account in preparing their bids, NICSI, at its discretion, may extend the deadline for the
submission of bids.
6.3 Pre-Bid Meeting
1. NICSI shall hold a pre bid meeting with the prospective bidders as per the schedule
mentioned in “ANNEXURE 2 - FACT SHEET” for any clarifications regarding tender
technical specifications and tender terms & conditions.
2. Queries received in writing, or over email, as per the schedule mentioned in
“ANNEXURE 2 - FACT SHEET”, shall be addressed.
3. The queries should be sent to NICSI in the following format (preferably in an excel file)
through email at tender-nicsi@nic.in or faxed on 011-26105212.
Company name M/s.
S.
No.
RFP Page No. Relevant Section /
Annexure of RFP
Relevant
Content from
RFP
Vendor’s Query /
Comment
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 18 of 102
4. All interested bidders along with one representative of Authorized Partner can
participate in the pre-bid conference.
5. NICSI is not bound to clarify any query after the pre-bid meeting.
6. NICSI will endeavor to provide a complete, accurate, and timely response to all queries
raised by the bidders. However, NICSI makes no representation or warranty as to the
completeness or accuracy of any response, nor does NICSI undertake to answer all
the queries that have been posed by the bidders and bidders shall not assume that
their unanswered queries have been accepted by NICSI.
6.4 Bidding Cost
The bidder shall bear all costs associated with the preparation and submission of their
bids. NICSI will, in no case, be responsible or liable for those costs, regardless of the
outcome of the tendering process
6.5 Right to Terminate the Process
NICSI reserves the right to accept or reject any proposal, and to annul the bidding process
and reject all proposals at any time prior to award of agreement, without thereby incurring
any liability to the affected bidder or bidders or any obligation to inform the affected bidder
or bidders of the grounds for actions taken by NICSI.
NICSI makes no commitments, express or implied, that this process will result in a
business transaction with anyone.
6.6 Acceptance of part / whole bid / modification – Rights there of
NICSI reserves the right to accept or reject wholly or partly bid offer, or modify the
technical specifications / quantities / requirements mentioned in this RFP including
addition / deletion of any of the item or part thereof after pre-bid, without assigning any
reason whatsoever. No correspondence in this regard shall be entertained.
7 BID SUBMISSION
7.1 Instructions
1. Each Desktop Configuration of ANNEXURE 8 - TECHNICAL (Technical I to VII) will
be treated as a separated tender for purpose of evaluation, processing and ordering.
2. The bidder can quote for any number of Desktop Configurations from the ANNEXURE
8 - TECHNICAL (Technical I to VII), on submission of respective EMDs for particular
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 19 of 102
segment as mentioned in Clause 7.4. However, applicable additional Items
(ANNEXURE 8 - TECHNICAL: Technical VIII) shall be quoted along with the Main
Annexure.
7.2 Mode of Submission
Submission of bids shall be in accordance with the instructions given in “ANNEXURE 3 -
BID SUBMISSION PROCEDURE”
7.3 Validity of Bids
1. The bids shall be valid for a period of not less than 180 days from the last date of bid
submission. A proposal valid for a shorter period shall be rejected as nonresponsive.
2. On completion of the validity period, NICSI may (if required) request the Bidder(s) for
an extension of the period of validity. The validity of the EMD as requested should also
be suitably extended if called upon to do so by NICSI. The request and the responses
thereto shall be made in writing.
7.4 Earnest Money Deposit / Bid Security
1. The bidder shall furnish as part of its bid, an EMD/bid security, of amounts as per the
below table, in the form of an Account Payee Demand Draft or Bank Guarantee from
any of the Commercial Banks in India in favour of NICSI payable at New Delhi.
Bid submitted for* Amount (Rs.)
ANNEXURE 8 - Technical(I) 3,00,000
ANNEXURE 8 - Technical(II) 3,00,000
ANNEXURE 8 - Technical(III) 3,00,000
ANNEXURE 8 - Technical(IV) 3,00,000
ANNEXURE 8 - Technical(V) 3,00,000
ANNEXURE 8 - Technical(VI) 3,00,000
ANNEXURE 8 - Technical(VII) 1,00,000
*The EMD must to be submitted for each annexure - Technical (I to VII) for which the
bid is being submitted.
2. The bid security, for the amount mentioned above, of successful bidder would be
returned upon submission of Security Deposit (as required in the tender document).
The bid security of all unsuccessful bidders will be refunded by NICSI at the earliest
post signing of agreement and submission of the Security Deposits by the successfully
empaneled bidders.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 20 of 102
3. The bidders who are registered with NSIC under Single Point Registration Scheme or
have an Udyog Aadhaar registration, shall be considered for exemption from
furnishing the Tender Fee and EMD by the Competent Authority. In such cases, an
attested copy of the Registration Certificate from NSIC must be furnished. Merely
registration as a SSI Unit does not qualify the Firm for exemption from furnishing the
Tender Fee/EMD. In the absence of a valid registration certificate relevant to the scope
of requirements of the tender or proper Bank Draft/Bank Guarantee of Tender
Fee/EMD amount, such bids shall be rejected straightway. . Bidders in the process of
obtaining the relevant registration certificates, as required above, will not be
considered for EMD exemption. Submission of false/inappropriate documents in this
regard will result in summary rejection of Bid and such bidder will be debarred from
participating in future tenders for a minimum period of three years
4. NICSI shall not be liable to pay any interest on the Bid Security and the same shall be
interest free.
5. The bidder, by submitting its application pursuant to this RFP, shall be deemed to have
acknowledged that without prejudice to NICSI’s any other right or remedy hereunder
or in law or otherwise, the Bid Security shall be forfeited and appropriated by NICSI as
the mutually agreed pre-estimated compensation and damage payable to NICSI for,
inter alia, the time, cost and effort of NICSI in regard to the RFP including the
consideration and evaluation of the Proposal under the following conditions:
a. If a bidder submits a non-responsive proposal;
b. If a bidder engages in any of the prohibited practices specified in this RFP;
c. If a bidder withdraws its proposal during the period of its validity as specified in
this RFP and as extended by the bidder from time to time;
7.5 Non-Responsive Proposals
A proposal may be construed as a non-responsive proposal and ineligible for
consideration:
1. If it does not comply with the terms & conditions, requirements of this RFP, failure to
comply with the technical requirements, and acknowledgment of receipt of
amendments
2. If a proposal appears to be “canned” presentations of promotional materials that do
not follow the format requested in this RFP for prequalification, Technical and
Commercial proposals or do not appear to address the particular requirements of the
tender, and any such bids may also be disqualified.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 21 of 102
3. If the technical or commercial proposal of the bidder does not adhere to the Bid
Requirements of this RFP, the bid shall be declared as non-responsive and will not be
evaluated further.
7.6 Language of the Bid
The Bid prepared by the Bidder, as well as all correspondence and documents relating to
the Bid exchanged by the Bidder and NICSI shall be written in English. Supporting
documents and printed literature furnished by the bidder may be in another language
provided they are accompanied by an accurate translation of the relevant pages in
English. For the purposes of interpretation of the bid, the translation shall govern.
Information supplied in another language without proper translation shall be rejected.
7.7 Rights to the content of the Bid
All bids and accompanying documentation of the Technical proposal will become the
property of NICSI and will not be returned after opening of the Technical proposals. The
Commercial proposals that are not opened will be returned to the bidders. NICSI is not
restricted in its rights to use or disclose any or all of the information contained in the
proposal to experts/ consultants engaged in the evaluation of bid responses and can do
so without compensation to the bidders. NICSI shall not be bound by any language used
by the bidder in the proposal indicating the confidentiality of the proposal or any other
restriction on its use or disclosure.
7.8 General Instructions
1. Proposals must be direct, concise, and complete. All information not directly relevant
to this RFP should be omitted. NICSI will evaluate bidder’s proposal based on its clarity
and the directness of its response to the requirements as outlined in this RFP.
2. Bidders shall furnish the required information on their Techno Commercial proposals
in the required formats only.
3. Undertaking for subsequent submission of any of the required documents will not be
entertained under any circumstances
8 BID OPENING AND EVALUATION
8.1 Bid Opening Sessions
1. Total transparency will be observed while opening the proposals/bids.
2. NICSI reserves the rights at all times to postpone or cancel a scheduled bid opening.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 22 of 102
3. The bids will be opened, in two sessions, one for Bid Security and Eligibility Proposal
and one for Commercial proposals of those bidders who qualify the Technical
Evaluation Criteria, in the presence of bidders’ representatives who choose to attend
the Bid opening sessions on the specified date, time and address.
4. One authorized representative of each of the bidders would be permitted to be present
at the time of aforementioned opening of bids.
5. The bidders’ representatives who are present shall sign a register evidencing their
attendance. In the event of the specified date of bid opening being declared a holiday
for NICSI, the Bids shall be opened at the same time and location on the next working
day. However if there is no representative of the bidder, NICSI shall go ahead and
open the bid of the bidders.
6. During bid opening preliminary scrutiny of the bid documents will be made to determine
whether they are complete, whether required bid security has been furnished, and
whether the bids are generally in order. Bids not conforming to such preliminary
requirements will be prima facie rejected.
7. The EMD / bid security envelope will be opened first by NICSI for Pre-
Qualification/Eligibility bid evaluation. The Bid Security envelope of the bidders will be
opened on the same day and time, on which the Eligibility bid is opened, and bids for
which the requisite Bid Security has not been received by NICSI or whose Bid Security
is not in order shall be rejected.
8.2 Overall Evaluation Process
1. A three tiered evaluation procedure will be adopted for evaluation of proposals, with
the eligibility evaluation being completed before technical evaluation and technical
evaluation being completed before the Commercial proposals are opened and
compared.
2. Eligibility/Technical evaluation will be done by a Technical Evaluation Committee of
Officers (TEC) and Commercial Proposal will be evaluated by a Financial Evaluation
Committee (FEC) against the Eligibility/Technical and Financial Criteria respectively
and any other requirements as laid down in the RFP.
3. Pursuant to the eligibility criterion, bidders will be short listed for Technical evaluation.
4. NICSI will review the Technical bids, on the basis of the technical evaluation criteria
as laid out in this RFP, of the short-listed bidders to determine whether the Technical
bids are substantially responsive. Bids that are not substantially responsive are liable
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 23 of 102
to be disqualified. NICSI may seek inputs from their professional, external experts,
external consultants in the Eligibility, Technical and Commercial evaluation process.
5. The Commercial bids for the technically qualified bidders will then be opened and
reviewed to determine whether the Commercial bids are substantially responsive.
6. NICSI may seek clarifications from the Bidder on the Eligibility, Technical, &
Commercial Proposal.
i. NICSI may seek any specific clarifications or missing document(s) to meet the
tender requirement during the eligibility/technical and commercial evaluation
stage. Irrespective of date of issuance of such document, the document
submitted under clarification should be complying with the tender conditions
before last date of submission of bid. If there is any lack of clarity in the
submitted documents, TEC may ask concerned bidder representative to be
present physically to prove their eligibility.
ii. If there are conditions attached to any financial proposal/bid, which shall have
bearing on the total cost, the Financial Evaluation Committee shall reject any
such proposal(s) as non-responsive. However, if the Committee feels it as
necessary to seek clarification on any financial proposal(s) regarding taxes,
duties or any such matter, NICSI may invite response(s) in writing.
iii. NICSI may call for clarifications/missing document(s) from the bidders and give
them reasonable time period i.e. not exceeding more than 15 days. The bidder
has the option to respond or not to respond to these queries.
iv. If the bidder fails to respond, within the stipulated time period or the
clarification(s)/documents submitted is non-conforming to requirement of
tender conditions, no further time will be given for submitting the
clarification(s)/document(s) and the bid will be summarily rejected.
v. The request for clarification/missing document(s) shall be in writing and no
change in quoted prices or substance of the bid shall be sought, offered or
permitted. No post bid clarification at the initiative of the bidder shall be
entertained.
vi. All such clarifications will be sent to the contact person of the bidder indicated
in their proposal by email. All the bidders shall share the additionally asked
documents/clarifications via email on or before the particular date and time (as
per NIC server email time) as mentioned in the email seeking additional
documents/clarification. All documents/ clarifications received up to particular
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 24 of 102
date & time shall be considered as a part of the offer and evaluated along with
the tender. No document / clarification shall be accepted after the particular
date and time as mentioned in the email.
8.3 Technical Proposal Evaluation
1. The TEC will short list the Technical bids on the basis of technical parameters including
possible visit to inspect manufacturing and supply facilities either in India or abroad, if
considered necessary. The short listed Bidders will be asked to bring one of each
quoted model or improved latest model of same make as per specifications set out in
ANNEXURE 8 - Technical (I to VII) for technical evaluation, along with their own test
and measuring equipment, hardware/software and technical manpower at NICSI
HQ/bidder premises or any other site as finalized by NICSI and as per the schedule
intimated by NICSI. Bidders should be ready with quoted models by the scheduled
date for technical evaluation. No request for subsequent extension of schedule (if
informed) will be entertained.
2. During Technical Evaluation the quoted product will be physically verified for the
required tender specifications, tested for reliability, through-put, functionality and other
features as decided by the TEC. In case the bidder fails to bring the quoted products
within the time frame given by NICSI for evaluation, the bid shall be rejected and EMD
forfeited.
3. If during the technical evaluation, any of the System fails then no subsequent
opportunity will be given to the Bidder (s). However, alternate item (1) of already
quoted make and model or (2) improved latest model of same make on account of
technological trends which meets all the tendered technical specifications and superior
in specifications than the quoted model, if available instantly on the spot could be
considered by TEC for evaluation only once. Based on the demonstration/evaluation
test results, bidders will be short listed.
4. For Technical Evaluation, Bidders have to ensure the availability of appropriate
specialist, along with every type of documentation and consumable required, from their
organization for interacting with TEC and evaluation team. In case a bidder does not
make the required specialist along with proper documentation available, then such
defaulting bidder shall be taken off the tender evaluation process and the bid will stand
rejected.
5. Technical Bids will be evaluated as per the “Clause 2 of Section 5.2 - Hardware
Configuration Evaluation Mechanism”. However NICSI reserves the right to amend /
modify the evaluation procedure any time in the overall interest of the Tender.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 25 of 102
6. The Systems to be supplied should work under the all the version of Operating
Systems such as Windows & GNU/Linux.
7. Bidders are advised to ensure that the systems brought for evaluation conform to all
technical parameters and is a tested system. Equipment not meeting complete tender
specifications will not be considered for evaluation.
8. NICSI will bear the expenditure towards traveling, boarding & lodging of its technical
officials visiting for technical demonstration/evaluation.
8.4 Financial Proposal Evaluation
1. Unless explicitly indicated, the bidder must not include any technical information
regarding the services in the Financial proposal.
2. If considered necessary, revised Financial Bids may be called from the technically
shortlisted Bidders, before opening the original Financial Bids.
3. The financial bids of only technically qualified bidders will be opened in the presence
of their representatives, should they chose to attend the financial bid opening at the
date and time as notified by NICSI
4. Financial Bid will be opened for each technically qualified bidder only for the qualified
configuration/annexure.
5. Criteria for deciding L1 bidder and lowest Unit rate for each
configuration/annexure for ANNEXURE 10 - Financial Bid for Technical (I-VII):
i. Each Desktop Configuration & Thin clients mentioned in the ANNEXURE 10 -
FINANCIAL BID will be evaluated as a separate tender and L1 bidder for each
item/configuration/annexure will be worked out separately.
ii. The foreign exchange rate for the foreign currency indicated (as import
component) on last date of bid submission shall be taken as reference for
Financial Bid Evaluation and selection of L1 bidder.
iii. L1 bidder in each of the configurations/annexures will be the bidder quoting the
least Grand Total Value in the respective configuration/annexure i.e. the bidder
quoting the least value of
GTVDS1A will be determined as L1 bidder for DS1 Config-A
GTVDS1B will be determined as L1 bidder for DS1 Config-B
GTVDS2A will be determined as L1 bidder for DS2 Config-A
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 26 of 102
GTVDS2B will be determined as L1 bidder for DS2 Config-B
GTVDS3A will be determined as L1 bidder for DS3 Config-A
GTVDS3B will be determined as L1 bidder for DS3 Config-B
GTVDS4A will be determined as L1 bidder for DS4 Config-A
GTVDS4B will be determined as L1 bidder for DS4 Config-B
GTVDS5A will be determined as L1 bidder for DS5 Config-A
GTVDS6A will be determined as L1 bidder for DS6 Config-A
GTVDSTC will be determined as L1 bidder for Thin Clients
iv. Only GTV value shall form the basis for the determination of the L1 bidder
and the detailed breakup in the financial bids for the calculation of GTV in
each Configuration/Annexure shall not be compared. Initially only GTV
will be opened for each configuration. Detailed financial bid of only L1
bidder will be opened next. No representation of any kind in this regard
shall be entertained
v. However, for all technically qualified bidders, and those bidders who are eligible
for Financial Bid Opening, L1 would also be taken for the %Import Component.
Decision of NICSI in this regard will be final and no representation of any kind
will be entertained.
For Example, (where L1 is lowest Financial bid; and L’1 is the Lowest
percentage imported component)
# Bidder Name
Financial
Bid % Import Component
i. B1 L2 L’3
ii. B2 L1 L’2
iii. B3 L4 L’1
iv. B4 L3 L’4
From the above table, bidder B2 shall be identified as L1 bidder;
However, B2 shall match the L’1 percentage imported component of B3 and
same shall be used as reference percentage of import component for all
empanelled vendor for any revision in price due to fluctuation in foreign
exchange rate.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 27 of 102
vi. In case more than one bidder quotes the same value of GTV then the bidder
having maximum total turnover as per the CA certificate submitted for eligibility
will be reckoned as L1. A list of L1, L2, L3…..and so on will be prepared.
vii. If L1 bidder as decided on the basis of GTV quotes zero or incredibly low rates,
failed to quote in any of the constituent items in the detailed cost breakup, its
bid will be rejected and EMD will be forfeited. The next successive lowest
quoting bidder will be declared as L1, if found in order as per tender terms and
conditions and so on.
viii. Panel Formation: A panel of bidders for each configuration/annexure will be
formed. For this NICSI will ask other technically qualified bidders whose
quote fall within 120% of the L1 value (GTV) of the respective
configuration/annexure to match the L1 rates. Thus, by way of giving
successive opportunity for matching the L1 rate, a panel of bidders will be
formed for each configuration/annexure. The decision of NICSI arrived at above
will be final for empanelment and no representation of any kind shall be
entertained. If none of the bidders L2, L3, L4 agree to match L1 rates then L1
alone shall be on the panel. In case none of the bidder quoted GTV fall within
120% of L1 GTV, then to have a panel of maximum two bidders for each
desktop configuration and thin clients, NICSI may ask other bidders to match
the L1 GTV in chronological order of their quote, however, if none of the bidders
L2, L3 ..so on agree to match the L1 rates then L1 shall alone be on the panel.
Prices of individual components as quoted by the L1 bidder will be applicable
to all bidders matching the Grand Total Value (GTV) of the L1 bidder. While
calculating NICSI purchase cost, input CENVAT credit available to NICSI will
be taken into account.
ix. In case any selected L1 bidder refuses to sign empanelment within the time
frame given by NICSI, the offer would be treated as withdrawn and the bidder’s
EMD will be forfeited and tender will be scrapped. If other bidders refuse to sign
the empanelment after matching L1 rates, their EMD will be forfeited and offer
will be extended to other qualified bidders to make a panel. The defaulting
bidder may also be debarred from participating in NICSI tenders for a period of
three years.
6. Criteria for deciding L1 bidder and lowest Unit rate for each
configuration/annexure for ANNEXURE 10 - Financial Bid for Technical (VIII):
Financial bids for Additional items will be opened for all the eligible bidders and L1
value will be arrived at by identifying the lowest quote for each line item among all
bidders. L1 bidder for main categories Technical Annexure (I) – (VII) will have to match
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 28 of 102
corresponding L1 value in the Additional Item category. However if L1 rate of a line
items happen to be incredibly low or zero, those rates will not be considered for
empanelment. The basis of identifying incredibly rate for such items would be the
market survey, previous empanelment rate or empanelled rate of such item in any
Government organization under similar terms and conditions.
7. Prices quoted in the bid must be firm and final. No adjustment of the commercial price
(to be mentioned in the empanelment) shall be made on account of any variations
except for changes in rate of taxes or provisions of the clause – PRICE VARIATION
as stated in the tender document. A proposal submitted with an adjustable price
quotation or conditional proposal may be rejected as non-responsive.
8. Correction of Error;
i. Bidders are advised to exercise adequate care in quoting the prices. No excuse
for corrections in the quoted figures will be entertained after the proposals are
submitted to NICSI. All corrections, if any, should be initialed by the person
signing the proposal form before submission, failing which the figures for such
items may not be considered.
ii. Arithmetic errors in proposals will be corrected as follows:
i. In case of discrepancy between the GTV and the total cost provided for
the component in the detailed cost break up sheet, the following
methodology shall be adopted
1. If GTV is LESS than sum total of all the weighted values of each
item in the detailed financial sheet, then the values for constituent
items will be reduced proportionately and the revised costs will be
recalculated accordingly. Thus revised rates of constituent items
will be applicable.
For e.g. If GTV=98 & item wise sum of the costs in the detailed
cost break up sheet is 100 , then each item in Financial Bid will
be multiplied by a factor 98/100. Thus the new item wise values
shall be the final quote. If L1 bidder fails to accept the individual
unit rates rationalized as per above procedure, their bid will be
treated as cancelled and EMD will be forfeited.
2. If GTV is GREATER than sum total of all the weighted values of
each item in the detailed cost break up sheet, then sum total of
all the weighted values shall be treated as GTV.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 29 of 102
ii. If L1 bidder fails to accept the individual unit rates rationalized as per
above procedure, their bid will be treated as cancelled and EMD will be
forfeited.
9. The rates quoted by L1 bidder in Financial Bids shall be accepted as the tender
rates.
10. In order to create a panel of agencies, the L2, L3..Ln would sequentially be asked to
match the tender rates as defined in the previous point. If L2 agrees, the bidder will be
considered for empanelment otherwise the opportunity will be extended to L3 and so
on. In case none of the L2, L3..Ln. agree to match tender rates then L1 alone shall be
on the panel.
8.5 Price Preference
In tender, participating Micro and Small Enterprises registered with any of the Bodies
listed in M/o MSME notification dated 23.03.2012 and quoting price within price band of
L1+20% shall be allowed to render services for a portion of requirement by bringing down
their price to L1 price in a situation where L1 price is from someone other than a Micro
and Small Enterprise and such Micro and Small Enterprise shall be allowed to cater up to
20% of estimated business though this empanelment.
20% from the 20% of the estimated business (i.e. 4% of the estimated business) offered
to the MSE‟s shall be reserved for MSE’s owned by SC/STs. In the event of failure of
such MSE to participate in tender process or meet tender requirements and L1 price, 4%
quantity for MSEs owned by SC/ST entrepreneurs shall be met from other MSEs.
In case of more than one such Micro and Small enterprise, the supply shall be shared
proportionately (to estimated business) as mentioned in M/o MSME notification dated
23.03.2012.
NICSI will form a panel as per the normal evaluation process and specify the
presence of MSME in its empanelment. The responsibility shall lie with the
government user departments and agencies under their control to make
procurements in compliance with the criteria prescribed in the notified policies &
guidelines regarding procurement from MSME.
9 SECURITY DEPOSIT AND PERFORMANCE BANK GUARANTEE
All incidental charges whatsoever such as premium; commission etc. with respect to the
Security Deposit/Performance Bank Guarantee shall be borne by the bidder. The security
deposit/Performance Bank Guarantee may be discharged/ returned by NICSI upon being
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 30 of 102
satisfied that there has been due performance of the obligations of the bidder under the
empanelment/work orders. However, no interest shall be payable on the security deposit
or the performance bank guarantee.
9.1 Security Deposit
1. All the successful vendors empaneled against this tender, irrespective of their
registration status etc., have to furnish a Security Deposit (to be submitted by both
OEM (bidder) and its Authorised Partner (if a partner is proposed) in the form of a
Bank Guarantee from a Nationalized/Scheduled Commercial Bank for the amount as
per the below table:
Category of
Empanelment Security Deposit to be submitted
For Technical - I to VI
Rs.200000/- (by Bidder/OEM) and Rs.100000/- (by
Authorized Partner). If no authorized partner is
proposed, then Bidder will have to submit BG for
Rs.300000/-.
The security deposit of above amounts has to be
submitted for each category, if the bidder is empaneled
for multiple categories
For Technical - VII Rs.100000/- (by Bidder/OEM) and Rs.100000/- (by
Authorized Partner).
2. The Security Deposit should be furnished within 15 days from the issuance of Letter
of Empanelment and should be valid till the entire term of the empanelment and for an
additional period of 90 days after the completion of term of empanelment. In case the
duration of the empanelment is extended by NICSI then the successful bidder will have
to extend the Bank Guarantee by that period.
3. Bid security would be refunded to the successful bidder on receipt of Security Deposit.
9.2 Performance Bank Guarantee
1. Supplier vendors shall be required to submit Performance Bank Guarantee of amount
equal to 8.5% of PO value in the form of a Bank Guarantee from a
Nationalized/Scheduled Commercial Bank at the time of bill submission.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 31 of 102
2. Performance Bank Guarantee should remain valid for a period of 63 months from
the date of delivery of systems.
3. The Supplier will have to renew Performance Bank Guarantee (PBG) for such further
periods till satisfactory free warranty support has been provided by the Vendor for all
the Systems supplied and installed, and thereafter the PBG shall be returned to the
supplier without any interest. This PBG will be invoked in case of non-compliance of
maintenance schedule during warranty period. For the sake of easy management and
maintaining of PBGs in NICSI, empaneled vendor (supplier) may also give one lump-
sum consolidated PBG for expected POs value and desired period instead of PO-wise
on each occasion.
10 GENERAL TERMS AND CONDITIONS
1. NICSI, without assigning any reason can reject any tender(s), in which any prescribed
condition(s) is/are found incomplete in any respect and at any processing stage.
2. NICSI may use this tender for executing any projects anywhere in India during the
validity of this tender.
3. The empaneled vendor should not use NICSI empanelment to take orders directly
from any other departments. Doing so will result in cancellation of empanelment and
forfeiture of Security Deposit and the vendor will be debarred from participating in any
NICSI Tender for at least three years.
4. The decision of NICSI arrived during the various stages of the evaluation of the bids
is final & binding on all bidders.
5. Printed/written conditions mentioned in the tender bids submitted by vendors will not
be binding on NICSI.
6. Upon verification, evaluation / assessment, if in case any information furnished by the
bidder is found to be false/incorrect, their total bid shall be summarily rejected.
7. NICSI will not be responsible for any misinterpretation or wrong assumption by the
bidder, while responding to this tender.
8. NICSI may by written notice sent to the empaneled bidder; terminate the work order and/or the empanelment, in whole or in part at any time of its convenience. The notice of termination will specify that termination is for NICSI’s convenience, the extent to which performance of work under the work order and /or the empanelment is terminated, and the date upon which such termination becomes effective. NICSI reserves the right to cancel the remaining part and pay to the selected vendor the amount for partially completed Services.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 32 of 102
9. All bidders/empaneled agencies agree with NICSI for honoring all aspects of fair trade practices in executing the work orders placed by NICSI.
10. In the event of an empaneled company or the concerned division of the company being
taken over /bought over by another company, all the obligations and execution
responsibilities under the agreement with the NIC/NICSI, should be passed on for
compliance by the new company in the negotiation for their transfer.
11. If the name of the product is changed for describing substantially the same in a
renamed form; then all techno-fiscal benefits agreed with respect to the original
product, shall be passed on to NIC/NICSI and the obligations with NIC/NICSI taken by
the Vendor with respect to the product with the old name shall be passed on along
with the product so renamed.
12. During the empanelment period, if the empaneled product becomes end of life, the
empaneled vendor must ensure that an equivalent or better product is offered to
NICSI. Due to any unavoidable circumstances, if the vendor is not in a position to
execute future orders, NICSI should be intimated the same with convincing
justifications, at least three months in advance. NICSI will conduct independent
enquiry about such claims and the availability of equivalent/better product. The
decision arrived at by NICSI in such matters will be final. If the inability shown by the
vendor is only due to some financial/technical reasons, such requests will not be
considered. However for all cases in which the User Department has transferred fund
to NICSI for procurement, the vendor must supply equivalent or better product to fulfill
NICSI’s obligation to the User Department. Any failure to adhere to this will result in
forfeiting the Security Deposit and debarring the vendor from participating in NICSI
tenders for minimum three years.
13. In case of empaneled vendor is found in breach of any condition(s) of tender or work
order, at any stage during the course of service, appropriate legal action as per
rules/laws, may be initiated against the vendor and Security Deposit shall be forfeited,
besides debarring and blacklisting the bidder concerned for at least three years, for
further dealings with NIC/NICSI..
11 TERMINATION OF CONTRACT
1. NICSI may, terminate this Contract by giving the Selected Agency a 30 (Thirty) days
prior and written notice indicating its intention to terminate the Contract under the
following circumstances:
a. NICSI is of the opinion that there has been such event of default on the part of
the Selected Agency which would make it proper and necessary to terminate
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 33 of 102
this Contract and may include failure on the part of the Selected Agency to
respect any of its commitments with regard to any part of its obligations under
this Contract.
b. The Selected Agency has failed to commence the provision of Services, or has
without any lawful excuse under these conditions suspended the work for 30
consecutive days.
c. Where it comes to NICSI’s attention that the Selected Agency is in a position of
actual conflict of interest with the interests of the Purchaser in relation to any of
Terms and Conditions of the Contract or has without authority committed
breach of Terms of the Contract in best judgment of NICSI.
d. In the event of the quality of Temporary Staffing Personnel and/or services as
per the Scope of Work under the Contract with NICSI not found acceptable by
NICSI/User Department.
e. The Selected Agency has neglected or failed to observe and perform all or any
of the terms acts, matters or things under this Contract to be observed and
performed by it.
f. The Selected Agency has acted in any manner to the detrimental interest,
reputation, dignity, name or prestige of NICSI.
g. The Selected Agency has been declared insolvent/bankrupt.
2. Consequences of Termination
a. NICSI shall have the right to carry out the unexecuted portion of work either by
itself or through selecting other Empaneled Agency.
b. In the event of termination of this Contract, NICSI shall be entitled to impose
any such obligations and conditions and issue any clarifications as may be
necessary to ensure an efficient transition and effective business continuity
which the Selected Agency shall be obliged to comply with.
c. In the event that the termination of this Contract is due to the expiry of the Term
of this Contract, a decision not to grant any (further) extension by NICSI, or
where the termination is prior to the expiry of the stipulated term due to the
occurrence of any event of default on the part of the Selected Agency, the
Selected Agency herein shall be obliged to provide all such assistance to the
successor or any other person as may be required by NICSI.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 34 of 102
d. Where the termination of the Contract is prior to its stipulated term on account
of a default on the part of the Selected Agency or due to the fact that the survival
of the Selected Agency as an independent corporate entity is threatened/has
ceased, NICSI shall pay the Selected Agency for that part of the Services which
have been authorized by NICSI and satisfactorily performed by the Selected
Agency up to the date of termination. Without prejudice any other rights, NICSI
may retain such amounts from the payment due and payable by NICSI to the
Selected Agency as may be required to offset any losses caused to NICSI as a
result of any act/omissions of the Selected Agency.
e. NICSI may take possession of the works and all deliverables of the Selected
Agency and use or employ the same for completion of the work or employ any
other Selected Agency or other person or persons to complete the works. The
Selected Agency shall not in any way object or interrupt or do any act, matter
or thing to prevent or hinder such actions, other Empaneled Agencies or other
persons employed for completing and finishing or using such deliverables.
f. When the Contract is terminated by NICSI for all or any of the reasons
mentioned above, the Selected Agency shall not have any right to claim
compensation on account of such termination.
12 PRICE VARIATION
1. During the validity of the empanelment including the extended period, if any, if the
vendor quotes, sells or exhibits written intention to sell any empaneled item of the
same or equivalent configuration to any other Department/ Organization at a price
lower than the price fixed for NICSI under same terms and conditions as defined in
this tender, the vendor shall voluntarily pass on the price difference to NICSI. The
effective date will be date of selling / intent to sell at lower rate.
2. In the event of lowering of government levies subsequent to the finalization of the
panel, the bidder shall automatically pass on the benefits to NICSI, and in the event of
increasing of government levies subsequent to the finalization of the panel; NICSI shall
consider the case on merit and the pro-rata benefits to the vendor may be considered
if full reference with documentary evidence is submitted.
3. During the validity of the empanelment including the extended period, if any, in case
NICSI notices that the market rates have come down from the time the rates were
finalized or selection of new system configuration based on market trends or for the
reasons of technological changes, NICSI may ask the technically qualified bidders
to re-quote the prices and the vendor(s) will be selected on the basis of financial
evaluation procedure given earlier. All those technically qualified bidders, whose EMD
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 35 of 102
have been returned by NICSI during/after the evaluation of the tender, will have to
submit the EMD of the same amount along with the revised price quotations. The time
gap between such re-quotes will be minimum 3 months except in case of the Union
Budget.
4. Exchange Rate Fluctuation: Bidder will submit the foreign exchange rate (USD)
applicable on tender submission date, as given on the RBI website. The foreign
exchange rate published at RBI site on the last day of bid submission (closing rate)
will be recorded as the reference rate, and during the validity of the panel, in case
there is an increase or decrease of 10% (Ten percent) or more in the US Dollar ($)
Price than the US Dollar ($) price taken as reference, then NICSI/ empaneled vendor
shall automatically pass on the pro-rata benefits to the empaneled vendor/NICSI. If
the fluctuation is downwards, NICSI tender division will automatically initiate the
process for reducing the rate.
The following method shall be adopted for Exchange Rate Variation Calculation
B1 = Base Rate, as per RBI website as of last date of bid submission
B2 = Current Rate, as of date when calculation of payment to be processed.
FC = Foreign Currency Component (in %)
L1 = Empanelment Rate before Exchange Rate Variation,
ERV = {[(B2 – B1)/B1] x FC% x L1}
For example:
Foreign Exchange of INR 60/$ is assessed from RBI website (closing rate) during
financial evaluation and is finalized as Base Rate.
During issuance of PI, it is assessed that foreign exchange rate is INR 66/$ (i.e.
+10%).
Base rate “B1” will now shift from INR 60/$ to INR 66/$ for all calculation purposes.
Note: Base Rate “B1” changes as-and-when a variation of ±10% is assessed
during issuance of PI or as indicated by the rate revision committee.
5. For subsequent revisions, the rate revision committee will record the foreign exchange
rate applicable on the finalization date. In such cases, NICSI will take decision of giving
complete / partial benefit of the variation by examining other existing similar
government empanelment and prevalent market rates. NICSI may also invite revised
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 36 of 102
financial bid from technically qualified bidders (if number of such bidders is more than
two) and empanelment size will be reduced to at most two vendors Decision of NICSI
in this regard will be final and no representation of any kind will be entertained.
6. The time gap between any rate revisions will be minimum 3 months except in case of
the Union Budget
13 AWARD OF WORK
1. On written communication from NICSI for having qualified for empanelment, the bidder
will sign the contract (letter of empanelment) within 7 days of such communication.
Failing which the offer will be treated as withdrawn and EMD forfeited. NICSI reserves
the right to extend the offer to the next eligible bidder.
2. NICSI has the right to choose any subset of the tendered resource categories for
placement of work orders.
3. In case Work Orders are placed on more than one agency, the distribution of work
orders will be at the sole discretion of NICSI or the User Department.
4. Work/Purchase order will be placed on the empaneled vendor (or partner) in hardcopy
format or in softcopy mode either through e-mail containing the scanned copy of the
Purchase Order or an alert through e-mail for downloading the Purchase Order from
Web Site.
5. Objection, if any, to the Purchase Order must be reported to NICSI by the supplier
within Seven (7) working days counted from the Date of Purchase Order for
modifications, otherwise it is assumed that the supplier has accepted the Purchase
Order in totality. This is applicable in case of electronic publishing/delivery of Purchase
Order also.
6. After receiving the Purchase Order, amendment if any, is requested by the supplier or
done by NICSI, the timelines of the work/purchase order shall be from the amendment
date and not from the original Purchase Order date.
7. Subsequent to the issue of Purchase Orders, the supplier shall collect necessary
related documents (copy of final Pro-forma Invoice from NICSI issued in the name of
user-department) from NIC/ NICSI/End User for getting State Entry/Road Permit
(wherever required) for complete, safe and timely delivery of the ordered products.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 37 of 102
8. In the case of Vendors who have Authorized Partners also empaneled, NIC/NICSI
reserves the right to issue Purchase Order either to the Vendor or Authorized Partner
or to both and of their choice of configuration.
14 ACCEPTANCE TESTING PROCESS
1. The Systems must be supplied in full as per ordered configuration for acceptance
testing.
2. No system with short supply or alternate product with different technical specifications
shall be taken up for acceptance testing under any circumstances. The supplier must
ensure the availability of ordered items/spares in their stock before accepting the
purchase order. The acceptance tests will include the verification of specification of
ordered item, functional testing and reliability test, running of the evaluation test as
conducted during technical evaluation of the items quoted by vendor. The systems
must give same performance results as shown during initial Technical Evaluation
tests. In case of urgent user requirement, the process of acceptance testing may be
relaxed to successful installation of equipment at customer site. In such cases
user/project manager’s request is mandatory.
3. The offered systems, in addition to meeting the evaluation tests, should also contain
the same subsystems (Brand/Manufacturer) as were given at the time of initial
evaluation tests.
4. Failure to fulfill any of the aforementioned conditions will entail cancellation of the
Purchase Order along with forfeiture of the Security Deposit/Performance Bank
Guarantee. Further, NIC/NICSI can procure same items from alternate sources at the
risk and cost of the defaulting vendor.
5. No acceptance testing will be undertaken by NIC/ NICSI unless the Technical
Verification Data Sheet (TVDS) concerned with offered products, is provided to
NIC/NICSI, at least 15-Days in advance prior to date from which the actual acceptance
testing is to start.
6. During empanelment period, on subassembly level if any item’s specifications / model
changes & becomes non-available due to obsolescence/ up-gradation of technology,
vendor within already approved cost may offer the item with equivalent or having better
features in terms of performance and specifications. The item should be offered to
NICSI for evaluation with full configuration at least one month prior to the acceptance
testing date. The item(s) so offered will be evaluated at NICSI /any other site as
decided by NICSI for its acceptance. The vendor should provide detailed technical
documents and technical manpower support so as to enable NICSI to carry out the
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 38 of 102
evaluation process again on the new item. In evaluating such change request, only
the tender specification will be referred. In the case of main components, any change
in the empanelled configuration due to technological up-gradation/ non-availability will
be permitted by equivalent/better item of the same OEM. If no equivalent product
meeting tender specification is available with that OEM, a communication from the
OEM is mandatory in this regard before offering product of a different OEM.
7. The tentative schedule for conducting of acceptance testing shall be provided along
with comprehensive material details by supplier within 15 working days from the date
of purchase order to NICSI, so that all the related documentation work by NICSI could
be completed and tested products can be delivered and installed within the stipulated
time frame as per purchase order.
8. The testing of items must be generally completed as specified in the purchase order
before the delivery date as per purchase order.
9. Normally, testing and acceptance of the Systems will be done at the Factory
premises/Testing Lab of the Vendor/Authorized Partner, or at NIC/NICSI
Headquarters in India (as the case may be) or any other premises in India or abroad
suggested by supplier where it will be tested as per ordered specifications where
representatives from supplier and NIC/NICSI will be present. The testing
location/premises must be suitable/ agreeable to NIC/NICSI.
10. NIC/NICSI reserves the right to reject any item, if found unsuitable and /or not
conforming to the approved specifications. The rejected items, if any, shall have to be
taken back and replaced by good items forthwith at the cost of the vendor. No payment
will be made for rejected items.
11. The items which are accepted after testing should be sealed inside carton under the
joint signatures of the representative(s) of NIC/NICSI and supplier's representative
and then sent along with the packing list giving serial numbers and part numbers of all
possible Items and copy of the acceptance test report to the specific location or to the
actual sites of installation. The top cover of the carton must have a label carrying the
complete NIC/NICSI Purchase Order Number, supplier’s bill number and Delivery
location.
12. A sticker mentioning the Service Support Call Centre Number of the vendor and
warranty details should be pasted by vendor on each box.
13. For a product becoming end of life, it is the responsibility of the empanelled vendor to
get the replacement product approved pro-actively. If there is no replacement product
available, the same has to be communicated to NICSI with justification from OEM, at
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 39 of 102
least three months in advance so that NICSI do not quote rate for such product to
users. For all such cases where either NICSI has issued Pro-forma Invoice (PI) or the
fund has come to NICSI from user departments, the vendor will supply Systems, if
necessary with higher configuration at the empaneled rates. If the vendor fails to follow
the above requirement, Security Deposit of that vendor will be forfeited and
empanelment may be cancelled. If the vendor follows the procedure of intimating
NICSI well in advance about the non-availability with proper documentary evidence,
the empanelment can be kept in suspension till a suitable and equivalent product is
approved by NICSI. However, for any pending POs such relaxation will not be
applicable.
15 STOCK ENTRY & BILLING TO END USER
1. The suppliers will have to raise their invoices from New Delhi in the name of NICSI
New Delhi, for all NICSI procurements.
2. After carrying out the Acceptance Testing, the supplier will have to submit its
invoice/bill and the copy of the Acceptance test report/Certificate at NICSI Stores at
New Delhi, so that NICSI can book the purchase and issue their Sale-Invoice in the
name of user-department.
3. For all NICSI procurements under projects, after collecting the Sale-Invoice from
NICSI, the supplier has to ensure the safe and onward transportation of the items from
NICSI store /Delhi to the end user location at their own responsibility and expenditure.
The Supplier is responsible for safe and secure delivery and installation of these items
at user location(s). By having an insurable interest in the consignment, the supplier
must get it insured on the basis of purchase order issued by NICSI and settle the claim,
if any, directly with insurer. NICSI may issue NOC in favor of supplier if needed for
settling the claim.
16 DELIVERY AND INSTALLATION
16.1 Delivery Process
1. All aspects of safe delivery shall be the exclusive responsibility of the vendor. The
schedule to be given for delivery at site is to be strictly adhered to in view of the strict
time schedule for implementation of various Projects. Proof of Delivery as per the
format provided in ANNEXURE 6 - DELIVERY AND INSTALLATION CERTIFICATE
duly signed by the NIC/ NICSI Project Coordinator/User Department, should reach
NIC/NICSI Head Quarters (as the case may be), New Delhi within 4 weeks of the
delivery.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 40 of 102
2. At the destination site, the cartons will be opened only in the presence of authorized
person/user and vendor’s representative.
3. Supplier must apply to the respective authority for issue of road permit /waybill well in
time. Necessary documents needed for applying for Road Permit will be collected by
the vendor from NIC/NICSI/End User immediately on getting the Purchase Order from
NIC/NICSI. If after proper and timely communication with the User Department, there
is any delay in the issuance of road permit, the vendor will be entitled to get appropriate
extension for delivery period provided that the acceptance testing was done and
complete material was ready for dispatch 7 days before the due date of delivery as
specified in purchase order.
4. Delays on account of getting relevant permits shall not make vendor eligible for waiver
of penalties.
5. In case any discrepancy with regard to sign, stamp or date etc on the delivery
certificate, a mail from concerned user/NICSI Coordinator/NIC user may be treated as
delivery challan.
6. The vendor shall provide equipment manual and User manual along with each
equipment, even if more than one equipment is ordered for a single location.
16.2 Installation Process
1. The Supplier should install all the items at specified site without any additional charge.
2. Only the items technically tested/accepted as per Purchase Order shall be installed.
3. The items to be supplied should work under the specified Operating Systems viz.
Windows and GNU/Linux (Latest Version). It shall be the exclusive responsibility of
the Vendors supplying the items to provide appropriate device drivers and solutions
for these system software platforms.
4. Consolidated Installation certificate as per ANNEXURE 6 - DELIVERY AND
INSTALLATION CERTIFICATE, duly signed by the NIC/ NICSI Project
Coordinator/User Department, should reach NIC/NICSI Head Quarters (as the case
may be), along with the bills.
5. Supplier, after receiving the Purchase Order will consult/visit the user department for
ascertaining the compatibility of the ordered item within the existing setup. If there is
any requirement of additional components for the installation, the same need to be
communicated to the user department and NICSI well in time before delivering the
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 41 of 102
ordered items. No such requests, which will result unnecessary delay in the
implementation, will be considered after the delivery of items is made.
6. For Site Not Ready (SNR) cases, the vendor needs to submit SNR certificate as per
format provided in ANNEXURE 5 - SITE NOT READY CERTIFICATE signed by
NIC/NICSI Coordinator/ User Department. However, regarding readiness of site, the
decision of the User Department/NIC/NICSI Project Coordinator will be final. No
penalty will be imposed for SNR cases, however, supplier has to install the items within
15 days of receipt of Site Ready notice from User/NICSI/NIC else it will attract penalty.
7. A sticker with the Service Support Call Centre Number of the vendor as well as OEM
should be pasted on each item.
8. If the items are not installed at site within the stipulated time after delivery, due to the
non-responsiveness of the vendor, appropriate penalty will be applicable.
16.3 Timelines for Delivery and Installation
1. The following timelines need to be adhered to by the vendor for delivery and
installation of products ordered under this empanelment:
Particulars Timelines of Delivery Timelines of
Installation
NE States ( including
Sikkim, J&K, Lahual-Spiti &
Kinnaur in HP, Andaman &
Nicobar and Lakshadweep
Islands)
60 days from the date of
Issuance of Purchase
Order
15 days from the
scheduled or actual
date of delivery,
whichever is later
For the Rest of India 50 days from the date of
Issuance of Purchase
Order
15 days from the
scheduled or actual
date of delivery,
whichever is later
2. If the scheduled date of delivery/ installation falls on holiday / non-working day (at the
delivery location), the next working day shall be treated as due date of delivery /
installation. All aspects of safe delivery shall be the exclusive responsibility of the
supplier.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 42 of 102
3. At the destination site, the Cartons will be opened only in the presence of user official
and vendor’s representative. The intact position of the Seal, for not being tampered
with, shall form the basis of certifying the receipt in good condition.
17 ONSITE WARRANTY MAINTENANCE
1. All quoted Systems and relevant additional items should be under Five Years on-site
comprehensive warranty support from the date of its successful
installation/commissioning and acceptance at the site (whichever is later), including
free spare parts, kits etc and excluding the consumable items. During warranty period,
all the parts of the product shall be considered non-consumable and vendor shall
have to maintain all such parts at no extra cost whenever required.
2. During warranty period, besides service/maintenance of Hardware and System
Software and all driver software up-gradation, installing patches and services shall
also be provided at no extra cost.
3. All empaneled vendors shall have to enter into a written agreement with NICSI for
honoring all tender conditions and warranty maintenance support, through a Web-
based monitoring system, in executing the purchase orders placed by NICSI/NIC.
4. User shall also have option to log complaint of procured systems directly to the OEM.
A toll free number and Web Complaint systems of OEM should be provided with each
supplied systems in the form of a sticker. It will be responsibility of OEM to provide
support for all such cases. User should also be able to see the warranty support period
of procured systems of OEM website by entering a service tag/serial number of
system.
5. During warranty period, besides service/maintenance of Hardware and System
Software and all driver software up-gradation, installing patches and services shall
also be provided at no extra cost. It is the responsibility of the vendor to provide all
necessary support and loading of systems software patches etc.
6. The vendor should fulfill the following conditions during warranty period:
a. Supplier will maintain enough spares in India (not less than 10%) so as to
provide satisfactory on-site comprehensive maintenance services during the
warranty period. Supplier will indicate the level of spares, which will be stored
by them in India for providing comprehensive on-site warranty services to
NICSI/User sites. Vendor will also provide a status report every six months
through e-mail to NICSI/user about the support related complaints lodged by
different users and availability of spares at the vendor warehouse.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 43 of 102
b. Supplier as well as OEM would provide the helpdesk support services through
telephone/e-mail where users can lodge their complaint. Each user will be
assigned a unique trouble ticket number through which user should be able to
track the action taken on his complaint through a support portal.
c. Under the warranty support, any failure in the system or a subsystem thereof
should be rectified within maximum period of 48 hours of lodging complaint at
State Capitals and Sites with-public air-transport facilities. Normal transit time
not exceeding 24 hours additionally will be allowed if the Site happens to be
other than State Capital and Sites without public air-transport facilities. Failing
which, penalty will be charged or recovered from the withheld amount as per
the provision of Section 19 - PENALTY. If holiday / non-working day falls within
rectification time, the holiday/non-working day will not be counted for penalty
calculation.
d. Any system, failing at subsystem level at least three times in three months,
displaying chronic system design or manufacturing defects or Quality Control
problem will be totally replaced by the Vendor at his cost and risk within 30
days, from the date of last failure. Failing which, penalty will be charged or
recovered from the withheld amount as per the provision of Section 19 -
PENALTY.
e. Vendor shall visit each site at least once in a year to carryout preventive
maintenance and fine-tune the performance of the system besides regular
service calls during warranty period. The preventive maintenance may also be
clubbed with regular service visit if any.
f. Vendors shall attend the complaints lodged by the NIC/NICSI/users during
warranty period. In case of default by the vendor, penalty will be imposed as
specified in the Annexure: Penalty.
7. On completion of the Warranty period, the Security Deposit without any interest
accrued shall be released after satisfying that proper free warranty support has been
provided during warranty period for all the equipment as the case may be. If
considered necessary, suitable amount of penalty shall be recovered from the Vendor
out of either already due payments or from their Security Deposit or by raising claims
while releasing the Security Deposit. After expiry of warranty, NICSI has option to
enter into Annual Maintenance Contract with the supplier for post warranty
maintenance of the systems as per the agreed rates.
8. If NIC/NICSI desires, the empaneled vendors will be asked to provide same support
as post warranty support at rates finalized after mutual consent. The service tax, as
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 44 of 102
applicable will be extra. Vendor has to sign an agreement with NICSI/NIC/ Customer
for same type of support at finalized extended warranty rate. The payment will be made
quarterly at the end of the quarter. If vendor refuses to honor this post warranty/AMC
support, vendor may be debarred from participating in similar future tenders.
9. After the warranty maintenance of five years, if NICSI/NIC or its users decide to go in
for in-house maintenance or through a third party, the supplier shall supply the spares
to NICSI users/NICSI/NIC or a party designated by NICSI. If NICSI wants to enter into
an AMC contract with the empanelled bidder on the expiry of Warranty, the bidder
should be ready to sign AMC for atleast two years after warranty period. A separate
contract will be signed for AMC and AMC charges will be paid at the end of each
quarter after deducting down time penalty if any.
18 PAYMENT TERMS
1. The agency will submit Pre-receipted bills in triplicate (having details of concerned
work-order number, Date and Project-Number of NICSI) in the name of National
Informatics Centre Services Incorporated, New Delhi along with relevant supporting
documents. Payment will be made only upon submission of the Bill along with all the
completed documents. An invoice will contain the items ordered under one
Purchase Order only. Bill / Invoice shall not be combined for more than one
purchase order.
2. Payment shall be done as per the following schedule:
a. 85 % on delivery of all items included in the purchase order
b. 15% on completion of installation of all items in the purchase order
3. For payment on Item Delivery:
a. The vendor will deliver the items at designated locations as per the purchase
order and obtain signature with date and stamp on Delivery Proof (s) of the
concerned user.
b. The vendor will submit a copy of Proof of Delivery along with the bill duly signed
by the NIC/NICSI/User Department Project Coordinator, with his name, date of
delivery, designation and office seal, legibly recorded.
c. The vendor will submit the bills along with original excise duty gate pass &
original delivery certificate to the NICSI Head Quarters, New Delhi. Bank
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 45 of 102
Guarantee will also be required to be submitted at the time of bill submission
for payment to be made.
d. Entry Tax etc. if payable will be reimbursed for which Supplier has to submit all
original documents along with the bills. Such claims shall neither be processed
separately nor on any post-facto basis.
e. Pre-dispatch Inspection Report issued by NICSI Testing division must be
submitted along with the bills
4. For payment on Item Installation:
a. Vendor has to install the ordered items and will prepare installation report for
each location as per the purchase order and get it signed by the concerned
User/Officer In-charge or his/her authorized person/officer.
b. The vendor will submit all original installation reports, to NICSI Headquarters,
New Delhi.
c. For Technical Annexure (I) –(VII), in the case of vendor unable to bring
installation report even after 180 days of delivery of the System and there is no
written complaint from the User about the System Installation, it will be assumed
that the installation is complete and the bills will be processed
5. Payments shall be subject to deductions of any amount for which the supplier is liable
under the empanelment or tender conditions. Further all payments to agency will be
made subject to deduction of applicable penalty and TDS (Tax deduction at Source)
as per the income Tax Act, 1961, and other taxes, if any, as per Government of India
rules.
6. Proof of Delivery/Installation duly signed by the user/NIC/NICSI Project Coordinator,
with his name, date of delivery, designation and office seal, legibly recorded, should
reach NICSI Head Quarters, New Delhi within 30 days with the bills, after the date on
which the item(s) was delivered / installed.
7. In case the submission of bills to NICSI, along with the necessary documents,
is delayed by the agency beyond 30 days from the date of issue of bill, the entire
liability towards payment of interest/penalty to the tax authorities would be on the cost
of respective agencies. The entire amount will be deducted from the payment due to
respective vendor.
8. All the Vendors/Channel Partners should raise their bills in the name of National
Informatics Centre Services Incorporated, New Delhi. However, the ordered items
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 46 of 102
should be delivered to the user locations as per the Purchase Order by the Supplier,
after Stock Entry and billing at NICSI Headquarters.
9. All payments will be made through RTGS only.
19 PENALTY
S.
No Activity Rate
1
Failure in
maintaining
the delivery
schedule
Any unjustified and unacceptable delay in delivery schedule will
render the vendor liable for liquidated damage at the rate of 0.1%
(point one percent) of the purchase order value per day for first 10
days, 0.2%(point two percent) per day for next 10 days, 0.3% (point
three percent) per day for next 10 days, subject to maximum 30
days in total. This penalty will be imposed on complete purchase
order value if the delivery is delayed for more than 20% of total
purchase order value. In case delivery is delayed for less than or
equal to 20% of purchase order value then penalty will be imposed
on delayed items only. After that the purchase order may be
cancelled.
2
Failure in
maintaining
installation
Schedule
0.2% (Zero point two percent) of the purchase order value per day
subject to maximum of 10 days, thereafter NICSI holds the option
to complete the installation work through alternate sources at the
risk and cost of the defaulting vendor.
The un-installed items can be taken back by the vendor.
During installation at site, if any item is found to be defective
or broken, it will be replaced with new one by the Vendor at its
own cost and risk within 30 days from the date on which the vendor
has been informed of such damage. If the items are not replaced
and installed at the site within the stipulated time, a penalty of 0.2
(point two) percent of the PO value per day for 15 days and 0.4
(point four) percent of PO value for next 15 days subject to a
maximum of 30 days will be applicable.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 47 of 102
3 Maintenance
during
warranty
period
Under warranty support, penalty per day per equipment at the rate
of 0.2% (point two percent) of the purchase value of the equipment.
Maximum penalty will be limited to 10% of the purchase order
value. If system remains down beyond 30 days, NIC/NICSI will
have option to get it rectified through alternate source. The cost of
repair on such default shall be recovered from the supplier from
outstanding payment or BG/PBG.
4 Replacement
of the faulty
system
Any system, failing at subsystem level at least three times in three
months, displaying chronic system design or manufacturing
defects or Quality Control problem will be totally replaced by the
Vendor at his cost and risk within 30 days, from the date of last
failure. If supplier fails to replace the system within 30 days, penalty
will be charged at the rate of 0.2% of system purchase value per
day per system.
5 Limitation of
Liability
Taking into consideration all the above cases, the total liability shall
be governed by the clause 22 – Limitation of Liability
6. In case of delays beyond four weeks, for reasons solely attributable to the agency,
NICSI reserves the right to cancel the purchase order and levy purchase order
cancellation charges at 10% of purchase order value.
7. For three consecutive cases of cancellation of work orders on account of delays by
the agency, NICSI reserves the right to either invoke the termination Clause or
terminate the Contract altogether.
8. NICSI also reserves the right to invoke the Security Deposit furnished by the Selected
Agency at the time of signing the Contract with NICSI, if for any reason of default
stated in the tender, the Contract of the Selected Agency is terminated.
20 CONFIDENTIALITY AND SECURITY
1. The selected agency and their personnel will not, either during the term or after
expiration of this contract, disclose any proprietary or confidential information relating
to the services, contract or business or operations of NICSI or its clients without the
prior written consent of NICSI or the concerned User Department.
2. The agency will ensure that no information about the software, hardware, and
database, the policies of NICSI/User Department is taken out in any form including
electronic form or otherwise, from the client site by the manpower posted by them.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 48 of 102
21 INDEMNITY
1. The Selected Agency shall indemnify NICSI from and against any costs, loss,
damages, expense, claims including those from third parties or liabilities of any kind
howsoever suffered, arising or incurred inter alia during and after the Contract period
out of:
a. Any negligence or wrongful act or omission by the Selected Agency or any third
party associated with Selected Agency in connection with or incidental to this
Contract or;
b. Any breach of any of the terms of this Contract by the Selected Agency, the
Selected Agency’s Team or any third party
c. Any infringement of patent, trademark/copyright arising from the use of the
supplied goods and related services or any party thereof
2. The Selected Agency shall also indemnify the Purchaser against any privilege, claim
or assertion made by a third party with respect to right or interest in, service provided
as mentioned in any Intellectual Property Rights and licenses.
3. NICSI/User department stand indemnified from any employment claims that the hired
manpower / agency’s manpower may opt to have towards the discharge of their duties
in the fulfillment of the work orders.
4. Each party also stands indemnified from any compensation arising out of accidental
loss of life or injury sustained by such party’s manpower while discharging their duty
towards fulfillment of the purchase orders caused by the negligence or willful
misconduct of the other Party or its agents and representatives.
22 LIMITATION OF LIABILITY
1. Neither Party shall be liable to the other Party for any indirect or consequential loss or
damage (including loss of revenue and profits) arising out of or relating to the Contract.
2. Except in the case of Gross Negligence or Willful Misconduct on the part of the
Selected Agency or on the part of any person acting on behalf of the Selected Agency
executing the work or in carrying out the Services, the Selected Agency, with respect
to damage caused by the Selected Agency including to property and/or assets of
NICSI or its clients shall regardless of anything contained herein, not be liable for any
direct loss or damage that exceeds (A) the Contract Value or (B) the proceeds the
Selected Agency may be entitled to receive from any insurance maintained by the
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 49 of 102
Selected Agency to cover such a liability, whichever of (A) or (B) is higher. For the
purposes of this Clause, "Gross Negligence" means any act or failure to act by a Party
which was in reckless disregard of or gross indifference to the obligations of the Party
under the Contract and which causes harmful consequences to life, personal safety or
real property of the other Party which such Party knew, or would have known if it was
acting as a reasonable person, would result from such act or failure to act.
Notwithstanding the foregoing, Gross Negligence shall not include any action taken in
good faith for the safeguard of life or property. "Willful Misconduct" means an
intentional disregard of any provision of this Contract which a Party knew or should
have known if it was acting as a reasonable person, would result in harmful
consequences to life, personal safety or real property of the other Party but shall not
include any error of judgment or mistake made in good faith.
3. This limitation of liability slated in this Clause, shall not affect the Selected Agency’s
liability, if any, for direct damage by Selected Agency to a Third Party's real property,
tangible personal property or bodily injury or death caused by the Selected Agency or
any person acting on behalf of the Selected Agency in executing the work or in carrying
out the Services.
23 FORCE MAJEURE
If at any time, during the continuance of the empanelment, the performance in whole or
in part by either party of any obligation under the empanelment is prevented or delayed
by reasons beyond the control of a party such as war, hostility, acts of public enemy, civil
commotion, sabotage, fires, floods, explosions, epidemics quarantine restrictions, strikes,
natural calamities, lockouts, acts of state or acts of God (hereinafter referred to as
"events"), provided notice of happenings of any such event is duly endorsed by the
appropriate authorities/chamber of commerce in the country of the party giving notice, is
given by party seeking concession to the other as soon as practicable, but within 21 days
from the date of occurrence and termination thereof, neither party shall, by reason of such
event, be entitled to terminate the empanelment/contract, nor shall either party have any
claim for damages against the other in respect of such nonperformance or delay in
performance, and deliveries under the empanelment/contract shall be resumed as soon
as practicable after such event has come to an end or ceased to exist, provided further,
that if the performance in whole or in part or any obligation under the empanelment is
prevented or delayed by reason of any such event for a period exceeding 60 days, NICSI
may at its option, terminate the empanelment. Neither Party shall be liable for any failure
or delay in the performance of its obligations under the contract or Work Orders hereunder
to the extent such failure or delay or both is caused, directly, without fault by such Party,
by reason of such event. NICSI shall however, be responsible to pay the empaneled
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 50 of 102
vendor for the services successfully rendered to the satisfaction of NICSI/user department
under the work orders/ purchase orders issued pursuant to the contract.
24 DISPUTE RESOLUTION
The Bidder and NICSI shall endeavor their best to amicably settle, by direct negotiation,
all disputes arising out of or in connection with the empanelment.
In case any dispute between the Parties, does not settle by negotiation, the same may
be resolved exclusively by arbitration and such dispute may be submitted by either party
for arbitration. Arbitration shall be held in New Delhi and conducted in accordance with
the provisions of Arbitration and Conciliation Act, 1996 or any statutory modification or
re-enactment thereof. Each Party to the dispute shall appoint one arbitrator each and the
third to be appointed by the Department of Information Technology, Government of India.
The “Arbitration Notice” should accurately set out the disputes between the parties, the
intention of the aggrieved party to refer such disputes to arbitration as provided herein,
the name of the person it seeks to appoint as an arbitrator with a request to the other
party to appoint its arbitrator within 45 days from receipt of the notice. All notices by one
party to the other in connection with the arbitration shall be in writing and be made as
provided in this tender document.
Each Party shall bear the cost of preparing and presenting its case, and the cost of
arbitration, including fees and expenses of the arbitrators, shall be shared equally by the
Parties unless the award otherwise provides. The Bidder shall not be entitled to suspend
the Service/s or the completion of the job, pending resolution of any dispute between the
Parties and shall continue to render the Service/s in accordance with the provisions of
the Contract/Agreement/Empanelment notwithstanding the existence of any dispute
between the Parties or the subsistence of any arbitration or other proceedings.
25 APPLICABLE LAW
The empanelment/work-order(s) will be governed by the laws and procedures established
by the Govt. of India within the framework of applicable legislation and enactment made
from time to time concerning such commercial dealings/processing. All disputes in this
connection shall be settled in Delhi jurisdiction only.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 51 of 102
ANNEXURE 1 - COVERING LETTER FOR BID
(To be submitted on the letterhead of the bidder)
To
The Managing Director,
National Informatics Centre Services Incorporated (NICSI)
Hall No. 2-3, 6th Floor, NBCC Tower,
Bhikaji Cama Place, New Delhi-110066
Subject: Submission of Bid for Tender No. <<>>
Dear Sir,
This is to notify that our company is submitting bid in response to Tender No NICSI/… for
Empanelment of Vendors for <<<>>>. Primary & Secondary contact for our company
are as follows:
Primary Contact Secondary Contact
Company Name
Name
Title
Address
Phone
Mobile
Fax
Whether availing benefits under MSME notification dated
23.03.2012? Yes/No
If response to item above is “Yes”, then is the MSME owned by
SC/ST? Yes/No
Whether availing preference under Preferential Market Access
Policy? Yes/No
Whether availing benefits under “Startup Standup India” Policy? Yes/No
For the purpose of supplying items/delivering services under this tender we are appointing
<Name of Authorized Partner> (if applicable) as our Authorized Partner and < Name of
Alternate Partner> (Optional) as our Alternate Partner.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 52 of 102
We agree to supply and install the products empaneled though this tender, either directly
(by OEM) or through partner (Authorized Partner/ Indian Agent) and provide maintenance
support and warranty as per tender conditions and rate.
We are responsible for communicating to the NICSI in case of any change in the Primary
or/and Secondary contact information mentioned above. We shall not hold NICSI
responsible for any non-receipt of bid process communication in case such change of
information is not communicated and confirmed with NICSI on time.
By submitting the proposal, we acknowledge that we have carefully read all the sections
of this tender document including all forms, schedules and appendices hereto, and are
fully informed to all existing conditions and limitations. We also acknowledge that the
company is in agreement with terms and conditions of the tender and the procedure for
bidding, evaluation and selection.
We have enclosed the earnest money deposit as per the tender Conditions and we
understand that it is liable to be forfeited in accordance with the provisions of tender
documents.
We confirm that information contained in this response or any part thereof, including
documents and instruments delivered or to be delivered to NICSI are true, accurate,
verifiable and complete. This response includes all information necessary to ensure that
the statements therein do not in whole or in part misled NICSI in its evaluation process.
We fully understand and agree that on verification, if any of the information provided here
is found to be misleading the evaluation process or result in unduly favours to our
company in evaluation process, we are liable to be dismissed from the selection process
or termination of the contract during the empanelment with NICSI.
We understand that you are not bound to accept the lowest or any bid you may receive.
It is hereby confirmed that I/We are entitled to act on behalf of our
corporation/company/firm/organization and empowered to sign this document as well as
such other documents, which may be required in this connection.
Yours sincerely,
On behalf of [bidder’s name]
Authorized Signature [In full and initials]:
Name & Title of signatory:
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 53 of 102
Name of Firm:
Address:
Seal/Stamp of bidder:
Place:
Date:
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 54 of 102
ANNEXURE 2 - FACT SHEET
Date of publication
03/03/2017
at NICSI e-procurement site https://eproc-
nicsi.nic.in/nicgep/app & http://nicsi.com/tenders.asp
Start of Sale of Tender
Document: 03/03/2016
Seek clarification start
date 04.03.2017 at 10:00 Hrs onwards
Seek Clarification end
date 13.03.2017 till 1700 Hrs.
Last Date for written
Queries by bidders: 13.03.2017 till 1700 Hrs.
Pre-bid Meeting
15.03.2017 at 1130 Hrs. at
National Informatics Centre Services Inc., Hall No. 2 &
3, 1st Floor, 15 NBCC Tower, Bhikaji Cama Place, New
Delhi-110066
Nature of Bid Process Single Stage Bidding
Bid submission start date 16.03.2017 at 09:00 Hrs. onwards
Bid submission end date 27.03.2017 at 15:00 Hrs
Opening of Tender Bids
Eligibility 28.03.2017 at 15:30 Hrs
Opening of
Commercial Bids To be Informed Later
Address for
Communication
Tender Division NICSI
National Informatics Centre Services Inc.
First Floor, 15 NBCC Tower,
Bhikaji Cama Place,
New Delhi 110066
Email: tender-nicsi@nic.in
Phone: 011-26767300
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 55 of 102
ANNEXURE 3 - BID SUBMISSION PROCEDURE
1. The bids for this tender have to be submitted in accordance with the instructions given
below:
(a) Online Submission
The packets as mentioned below have to be uploaded online on the NICSI e-procurement
portal http://eproc-nicsi.nic.in. For this the Agencies must have obtained a class 2 digital
signature certificate as described on the afore-mentioned portal.
Packet – 1
The file should be saved in a PDF version and marked as:
“EMD_Tender Fee_<Bidder’s Name>.pdf” and should comprise of
the following items:
Scanned copy of Covering Letter as per ANNEXURE 1 -
COVERING LETTER FOR BID
Scanned copy of EMD/Relevant Registration Certificate incase
claiming exemption from EMD
The PDF file not containing the above documents or containing the
financial bid in explicit / implicit form will lead to rejection of the bid.
Packet -2
The file should be saved in a PDF version and marked as
“Eligibility_<Bidder’s Name>.pdf” and should comprise of the following items:
Duly filled Eligibility Criteria as given in the “Section 5.1 : Pre-
qualification/Eligibility Criteria”
Information asked in Section 5.1 : Pre-qualification/Eligibility
Criteria
The PDF file not containing the above documents or containing the
financial bid in explicit / implicit form will lead to rejection of the bid.
Packet -3
The file should be saved in a PDF version and marked as
“Technical_<Bidder’s Name>.pdf” and should comprise of the following items:
Items being quoted as per the ANNEXURE 8 - Technical (I to
VIII). Use separate sheet for each configuration clearly
indicating Make & Model of the quoted product.
Technical literature about the Systems offered.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 56 of 102
The PDF file not containing the above documents or containing the
financial bid in explicit / implicit form will lead to rejection of the bid.
Packet – 4
The file should be saved in a XLS version and marked as
“Unpriced Financial _ <Bidder’s Name>.xls”.
The Financial Bids are expected to be submitted in hardcopy
format, hence, an unpriced file needs to be uploaded in Packet-4
and should NOT contain any financial information.
(b) Hardcopy Submission
The bidder is required to submit the envelopes as required in the table below to the
address mentioned in the “ANNEXURE 2 - FACT SHEET” on or before the last date
& time of submission of bid.
Envelope – 1
Submission of Covering Letter as per ANNEXURE 1 - COVERING
LETTER FOR BID and Earnest Money Deposit.
In case the bidder is claiming exemption from submitting EMD, then
relevant certificates justifying the claim should be submitted in place
of Demand Draft/Bank Guarantee for EMD.
The envelope should be superscripted as “EMD <Bidder Name> <
Tender No.>”.
Scanned copy of the Demand draft/Bank guarantee also needs to be
uploaded as a part of Packet 1 of the bid.
Envelope – 2
Submission of Financial Bid
The bidder is required to submit the Financial Bid as per the format
provided in ANNEXURE 10 - Annexure-8 ANNEXURE 7 -
FINANCIAL BID to the address mentioned in the “ANNEXURE 2 -
FACT SHEET” on or before the last date & time of submission of bid.
The envelope should be sealed and superscripted as “Financial Bid/
<Bidder Name> / < Tender No.>”. This envelop should contain within
it separate envelopes (sealed) for each quoted Desktop
Configuration and Thin Clients as per ANNEXURE 10 -
ANNEXURE 7 - FINANCIAL BID Financial (I – VII). Bid for each
Desktop Configuration and Thin Clients should be submitted in
individually sealed envelopes superscripting the relevant category
“Financial Bid – Category …… ”.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 57 of 102
2. NICSI will not accept delivery of proposal in any manner other than that specified in
this section. Proposal delivered in any other manner shall be treated as defective,
invalid and rejected.
3. Bid submission (online or hardcopy as required above) must be uploaded/submitted
on latest by the time as mentioned in the “ANNEXURE 2 - FACT SHEET”.
4. Eligibility/Technical proposal should not contain any commercial information.
5. If any bidder does not qualify in technical evaluation, the Commercial proposal of that
bidder shall not be considered for evaluation.
6. All pages of the bid being submitted must be sequentially numbered by the bidder.
7. NICSI will not be responsible for any delay on the part of the bidder in obtaining the
terms and conditions of the tender notice or online/hardcopy submission of the bids.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 58 of 102
ANNEXURE 4 - DOMESTIC VALUE ADDITION – SELF CERTIFICATE
Form - I
Format for Affidavit of Self Certification regarding Domestic Value Addition in an Electronic
Product to be provided on Rs.l00/- Stamp Paper.
Date:
I ....................S/o, D/o, W/o ................Resident of..................... . do hereby solemnly
affirm and declare as under:
That 1 will agree to abide by the terms and conditions of the policy of Government of India
issued vide Notification No. 33(3)/20 13-IPHW dated 23.12.2013.
That the information furnished hereinafter is correct to best of my knowledge and belief
and I undertake to produce relevant records before the procuring authority or any authority
so nominated by the Department of Electronics and Information Technology, Government
of India for the purpose of assessing the domestic value-addition.
That the domestic value addition for all inputs which constitute the said electronic product
has been verified by me and I am responsible for the correctness of the claims made
therein.
That in the event of the domestic value addition of the product mentioned herein is found
to be incorrect and not meeting the prescribed value-addition norms, based on the
assessment of an authority so nominated by the Department of Electronics and
Information Technology, Government of India for the purpose of assessing the domestic
value-addition, I will be disqualified from any Government tender for a period of 36
months. In addition, I will bear all costs of such an assessment.
That I have complied with all conditions referred to in the Notification No. wherein
preference to domestically manufactured electronic products in Government procurement
is provided and that the procuring authority is hereby authorized to forfeit and adjust my
EMD and other security amount towards such assessment cost and I undertake to pay
the balance, if any, forthwith.
I agree to maintain the following information in the Company's record for a period of 8
years and shall make this available for verification to any statutory authorities.
i. Name and details of the Domestic Manufacturer (Registered Office, Manufacturing
unit location, nature of legal entity)
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 59 of 102
ii. Date on which this certificate is issued.
iii. Electronic Product for which the certificate is produced.
iv. Procuring agency to whom the certificate is furnished.
v. Percentage of domestic value addition claimed.
vi. Name and contact details of the unit of the manufacturer.
vii. Sale Price of the product.
viii. Ex-Factory Price of the product.
ix. Freight, insurance and handling.
x. Total Bill of Material,
xi. List and total cost value of inputs used for manufacture of the electronic product.
xii. List and total cost of inputs which are domestically sourced. Please attach
certificates from suppliers, if the input is not in-house.
xiii. List and cost of inputs which are imported, directly or indirectly.
For and on behalf of ....................................... (Name of firm/entity)
Authorized signatory (To be duly authorized by the Board of Directors) Insert Name,
Designation and
Contact No.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 60 of 102
ANNEXURE 5 - SITE NOT READY CERTIFICATE
1 Vendor Name
2 Project No.
3 Purchase order No. & date
4 Equipment Name
5 Date of delivery
6 Date of Ist Visit for installation
7 Site not ready reason
8 Tentative date of site being
ready for installation
9
Contact detail of vendor for
getting equipment installed, if
site gets ready.
10 Certificate
There is no delay on the part of
vendor in getting the equipment
installed
Name of user / NIC Project Coordinator / NICSI Project in charge:
____________________________________________________________
Designation :__________________________________________________
Signature:____________________________________________________
(with official seal)
Date:________________________________________________________
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 61 of 102
ANNEXURE 6 - DELIVERY AND INSTALLATION CERTIFICATES
Delivery Certificate
Empaneled Vendor’s Name
1 Project No.
2 Purchase order No. & date
3 Invoice No. with date
4 Product Name & Description
5 Product serial nos.
6 Date of intimation of call for Delivery
7 Delivery Date
8 Certificate All terms & conditions mentioned in the PO for delivery have been successfully completed.
Name of user / NIC Project Coordinator / NICSI Project in charge: ______________________________ Designation: ______________________________ Signature: ______________________________ (with official seal) Date: ______________________________
Name of Empaneled Vendor’s Representative: ______________________________ Designation: ______________________________ Signature: ______________________________ (with official seal) Date: ______________________________
Please ensure that signatures are taken on each page of the report with date & rubber
stamps.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 62 of 102
Installation Certificate
1 Empaneled Vendor’s Name
2 Project No.
3 Purchase order No. & date
4 Invoice No. with date
5 Product Name & Description
6 Product serial nos.
7 Date of Delivery as per Delivery Certificate
8 Date of intimation of call for Installation (As per PO terms & conditions)
9 Installation Date (As per PO terms & conditions)
10 Certificate All terms & conditions mentioned in the PO have been successfully completed.
Name of user / NIC Project Coordinator / NICSI Project in charge: ______________________________ Designation: ______________________________ Signature: ______________________________ (with official seal) Date: ______________________________
Name of Empaneled Vendor’s Representative: ______________________________ Designation: ______________________________ Signature: ______________________________ (with official seal) Date: ______________________________
Please ensure that signatures are taken on each page of the report with date & rubber
stamps.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 63 of 102
ANNEXURE 7 - SUPPORT INFRASTRUCTURE AVAILABLE WITH BIDDER/AUTHORIZED PARTNER
S.
No. State Name
Own /
Franchisee
Support
Centre*
Address
of
support
centre
Phone
number
of
Person-
in-
charge**
Email of
Person-
in-
charge**
Size of
Manpower
1 Andhra
Pradesh
2 Bihar
3 Chandigarh
(UT)
4 Chhattisgarh
5 Delhi
6 Goa
7 Gujarat
8 Haryana
9 Himachal
Pradesh
10 Jammu &
Kashmir
11 Jharkhand
12 Karnataka
13 Kerala
14 Madhya
Pradesh
15 Maharashtra
16 Orissa
17 Puducherry
18 Punjab
19 Rajasthan
20 Sikkim
21 Tamil Nadu
22 Telangana
23 Uttar Pradesh
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 64 of 102
24 Uttrakhand
25 West Bengal
26 Andaman &
Nicobar
27 Lakshadweep
28 Dadra Nagar
& Haveli
29 Daman & Diu
NORTH
EAST
1 Assam
2 Arunachal
Pradesh
3 Manipur
4 Meghalaya
5 Mizoram
6 Nagaland
7 Tripura
Total
*In the case of Support Centre operated by franchisee, enclose a copy agreement between
the bidder and franchise, clearly indicating the Validity, State for which this agreement is
applicable etc., in each such case.
There should be no mismatch between information provided in this Annexure and the said
agreements.
**For each support centre, separate contact details like phone number and official e-mail
IDs should be provided. General customer care phone number and e-mail ID will not be
considered.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 65 of 102
ANNEXURE 8 - TECHNICAL
Technical – I Desktop System (DS1: Config-A)
Desktop System (DS1: Config-B)
Technical - II Desktop System (DS2: Config-A)
Desktop System (DS2: Config-B)
Technical – III Desktop System (DS3: Config-A)
Desktop System (DS3: Config-B)
Technical – IV All-in-One Desktop System (DS4: Config-A)
All-in-One Desktop System (DS4: Config-B)
Technical – V All-in-One Desktop System (DS5: Config-A)
Technical – VI All-in-One Desktop System (DS6: Config-A)
Technical – VII Thin Clients (Windows 7 Embedded)
Thin Clients (Linux Embedded)
Technical– VIII Additional Items
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 66 of 102
Technical (I)
Desktop System: (DS1)
Desktop Computer System with following configuration. Make & Model:
S.
No
.
Item Complete Description
Technically
Compliant
(Yes / No)
1 Motherboard &
Chipset
Suitable chipset for quoted processor based
motherboard with minimum one free PCI/PCI-x slots.
Motherboard should be of Small Form Factor (SFF)/
Micro ATX form factor.
2 Video Integrated Graphic controller
3 Network Integrated Gigabit Ethernet controller
4 Ports
1x serial port, 4x USB 2.0 or higher ports (2 ports on
front), 1xKeyboard port, 1xMouse port, 1xRJ45
Ethernet port
5 HDD
Controller Integrated dual port SATA-III or higher controller
6 Sound
Controller Integrated sound controller
7 Memory 4GB DDR-4 2133 MHz or higher expandable up to 8
GB
8 Storage 1TB or higher SATA-III or higher HDD (7200 or
higher RPM)
9 Optical Drive Dual Layer DVD Writer
1
0
Keyboard &
Mouse
104 Keys OEM Keyboard and OEM Optical Scroll
Mouse with Mouse pad
1
1 Monitor
19" or higher LCD/LED TFT Monitor with 5 ms or
better response time, TCO 06 certified.
1
2
Power
Management
& DMI
System with Power management features & Desktop
Management Interface implementation
1
3
System
Chassis
Micro ATX/ SFF System chassis with suitable power
supply to sustain full load including possible future up
gradations. Complete system should be energy star
6.0 compliant / BEE Star certified.
1
4
OS Support &
Certification Latest Version of Windows and Linux
1
5 Accessories
System user manual and all other necessary
accessories
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 67 of 102
DS1: Config-A - Above configuration based on Latest Generation Intel i3 (Dual Core
with multi thread, 4MB Cache, 3.7GHz base Clock Speed) or higher processor
launched in year 2015/2016 and preloaded with OEM Pack Windows 10 Professional
(64 Bit), all necessary Plugins/utilities and driver software, bundled in CD/DVD Media.
DS1: Config-B - Above configuration based on AMD A8 (Quad Core, 4MB cache,
3.6GHz base Clock Speed) or higher processor launched in year 2015/2016 and
preloaded with OEM Pack Windows 10 Professional (64 Bit), all necessary
Plugins/utilities and driver software, bundled in CD/DVD Media.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 68 of 102
Technical (II)
Desktop System: (DS2)
Desktop Computer System with following configuration.
Make & Model:
S.
No. Item Complete Description
Technically
Compliant
(Yes / No)
1 Motherboard &
Chipset
Suitable chipset for quoted processor based
motherboard with minimum one free PCI/PCI-x
slots. Motherboard should be of Small Form Factor
(SFF)/ Micro ATX form factor.
2 Video Integrated Graphic controller
3 Network Integrated Gigabit Ethernet controller
4 Ports
1x serial port, 4x USB 2.0 or higher ports (2 ports
on front), 1xKeyboard port, 1xMouse port, 1xRJ45
Ethernet port
5 HDD Controller Integrated dual port SATA-III (6Gbps or higher)
controller
6 Sound
Controller Integrated sound controller
7 Memory 8GB DDR-4 2133 MHz or higher expandable up
to 16GB. Minimum 4 DIMM Slots.
8 Storage 1TB or higher SATA-III or higher HDD (7200 or
higher RPM)
9 Optical Drive Dual Layer DVD Writer
10 Keyboard &
Mouse
104 Keys OEM Keyboard and OEM Optical Scroll
Mouse with Mouse pad
11 Monitor 19" or higher LCD/LED TFT Monitor with 5 ms or
better response time, TCO 06 certified.
12
Power
Management &
DMI
System with Power management features &
Desktop Management Interface implementation
13 System
Chassis
Micro ATX/ SFF System chassis with suitable
power supply to sustain full load including possible
future up gradations. Complete system should be
energy star 6.0 compliant / BEE Star certified.
14 OS Support &
Certification Latest Version of Windows and Linux
15 Accessories System user manual and all other necessary
accessories
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 69 of 102
DS2: Config-A - Above configuration based on Intel i5 (Quad Core, 3.2GHz base
Clock Speed, 6MB Cache) or higher processor launched in year 2015/2016 and
preloaded with OEM Pack Windows 10 Professional (64 Bit), all necessary
Plugins/utilities and driver software, bundled in CD/DVD Media.
DS2: Config-B - Above configuration based on AMD A10 (Quad Core, 3.9GHz base
Clock Speed) or higher processor launch in year 2015/2016 and preloaded with OEM
Pack Windows 10 Professional (64 Bit), all necessary Plugins/utilities and driver
software, bundled in CD/DVD Media.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 70 of 102
Technical (III)
Desktop System (DS3: Config-A)
Desktop Computer System with following configuration.
Make & Model:
S.
No. Item Complete Description
Technically
Compliant
(Yes / No)
1 Processor
The desktop should have latest generation
launched in year 2015/2016) single Intel i7
(Quad Core with Multi Thread, 8MB Cache,
3.4GHz base clock speed) or higher
processor launched within last one year.
1 Motherboard
& Chipset
Suitable chipset for quoted processor based
motherboard with minimum one free PCI/PCI-
x slots. Motherboard should be of Small Form
Factor (SFF)/ Micro ATX form factor.
2 Video Processional Graphic controller with 1GB
DDR3-1600MHz or higher buffer memory
3 Network Integrated Gigabit Ethernet controller
4 Ports
1x serial port, 4x USB 2.0 or higher ports (2
ports on front), 1xKeyboard port, 1xMouse
port, 1xRJ45 Ethernet port
5 HDD
Controller
Integrated quad port SATA-III (6Gbps or
higher) controller
6 Sound
Controller Integrated sound controller
7 Memory 8GB DDR-4 2133 MHz or higher expandable
up to 32GB with minimum 4 DIMM slots.
8 Storage 2TB or higher SATA-III (6Gbps or higher)
HDD (7200 or higher RPM)
9 Optical Drive Dual Layer DVD Writer
10 Keyboard &
Mouse
104 Keys OEM Keyboard and OEM Optical
Scroll Mouse with Mouse pad
11 Monitor 19" or higher TFT LCD/LED Monitor with 5 ms
or better response time, TCO 06 certified.
12
Power
Management
& DMI
System with Power management features &
Desktop Management Interface
implementation
13 System
Chassis
Micro ATX System chassis with suitable
power supply to sustain full load including
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 71 of 102
possible future up gradations. Chassis should
be able to house full height PCI cards.
Complete system should be energy star 6.0
compliant / BEE Star certified.
14
OS Support
&
Certification
Latest Version of Windows and Linux
15 Accessories System user manual and all other necessary
accessories
16 Operating
System
Preloaded EM Pack Windows 10 Professional
(64 Bit), all necessary Plugins/utilities and
driver software, bundled in CD/DVD Media
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 72 of 102
Technical - IV
Desktop System: All-in-One (DS4)
Desktop Computer System Integrated within 19” or higher TFT screen having following
configuration.
Make & Model:
S.
No. Item Complete Description
Technically
Compliant
(Yes / No)
1 Motherboard
& Chipset
Suitable chipset for quoted processor based
motherboard
2 Video Integrated Graphic controller
3 Network Integrated Gigabit Ethernet controller
4 WiFi Integrated WiFi
5 Ports 2x USB 2.0 or higher ports, 1xKeyboard port,
1xMouse port, 1xRJ45 Ethernet port.
5 HDD
Controller Integrated dual port SATA-III or higher controller
6 Sound
Controller Integrated sound controller
7 Memory 4 GB DDR-4 2133MHz or higher expandable up to
8GB
8 Storage 500GB SATA 3Gbps or higher HDD
9 Optical Drive DVD WRITER
10 Keyboard &
Mouse Keyboard & optical scroll mouse with pad
11 Display
19” or higher TFT display with inbuilt webcam of
minimum 1.0MP or better resolution & stereo
speakers of at least 1W each.
12
Power
Management
& DMI
System with Power management features & Desktop
Management Interface implementation
13 OS Support &
Certification Latest Version of Windows and Linux
14 Accessories System user manual and all other necessary
accessories
15 Compliance Energy Star 6.0 Compliance and BIS Certified.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 73 of 102
DS4: Config-A - Above configuration based on Intel i3 (Dual Core with multi thread,
3.2 GHz base Clock Speed, 4MB Cache) or higher processor launched in year
2015/2016 and preloaded with OEM Pack Windows 10 Professional (64 Bit), all
necessary Plugins/utilities and driver software, bundled in CD/DVD Media.
DS4: Config-B - Above configuration based on AMD APU (Quad Core, 1.3GHz base
Clock Speed) or higher processor launched in year 2015/2016 and preloaded with
OEM Pack Windows 10 Professional (64 Bit), all necessary Plugins/utilities and driver
software, bundled in CD/DVD Media.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 74 of 102
Technical - V
Desktop System: All-in-One (DS5) Config-A
Desktop Computer System Integrated within 21” or higher TFT screen having following configuration.
Make & Model:
S.
No. Item Complete Description
Technically
Compliant
(Yes / No)
1 Processor
The desktop should have latest generation
(launched in year 2015/2016) single Intel i5
(Quad Core, 3.2GHz base clock speed, 6MB
Cache) or higher processor launched within last
one year.
2 Motherboard &
Chipset
Suitable chipset for quoted processor based
motherboard.
3 Video Integrated Graphic controller
4 Network Integrated Gigabit Ethernet controller
5 WiFi Integrated WiFi
5 Ports 2x USB 2.0 or higher ports, 1xKeyboard port,
1xMouse port, 1xRJ45 Ethernet port
6 HDD Controller Integrated dual port SATA-III or higher
controller
7 Sound
Controller Integrated sound controller
8 Memory 8GB DDR-4 2133MHz or higher upgradable to
16GB
9 Storage 1TB SATA 6Gbps or higher HDD
10 Optical Drive DVD WRITER
11 Keyboard &
Mouse Keyboard & optical scroll mouse with pad
12 Display
21” or higher Touch Screen TFT display with
inbuilt HD webcam of minimum 1MP or better
resolution & stereo speakers of at least 1W each.
13
Power
Management &
DMI
System with Power management features &
Desktop Management Interface implementation
14 OS Support &
Certification Latest Version of Windows and Linux
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 75 of 102
15 Accessories System user manual and all other necessary
accessories
16 Operating
System
Preloaded with OEM Pack Windows 10
Professional (64 bit), all necessary Plugins/utilities
and driver software, bundled in CD/DVD Media
17 Compliance Energy Star 6.0 Compliance and BIS Certified.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 76 of 102
Technical - VI
Desktop System: All-in-One Config-A (DS6)
Desktop Computer System Integrated within 23” or higher TFT monitor having
following configuration.
Make & Model:
S.
No. Item Complete Description
Technically
Compliant
(Yes / No)
1 Processor
The desktop should have latest generation
(launched in year 2015/2016) single Intel i7 (Quad
Core with Multi Thread, 2.8GHz base clock speed,
8MB Smart Cache) or higher processor launched
within last one year.
2 Motherboard
& Chipset
Suitable chipset for quoted processor based
motherboard.
3 Video Professional Graphic controller with 2GB DDR4
2133MHz or higher dedicated graphics memory.
4 Network Integrated Gigabit Ethernet controller
5 WiFi &
Bluetooth Integrated WiFi & Bluetooth enabled
5 Ports 3xUSB 2.0 or higher ports, One RJ45 Ethernet port,
Headphone & mic out
6 HDD
Controller
Integrated dual port SATA-III (6Gbps or higher)
controller
7 Sound
Controller Integrated sound controller
8 Memory 8GB DDR3 1600MHz or higher expandable up to
32GB
9 Storage 2TB SATA 6Gbps or higher HDD 7200
RPM
10 Optical Drive DVD WRITER
11 Keyboard &
Mouse
Wireless (Keyboard & optical scroll mouse with pad)
with heavy duty batteries
12 Display
23” or higher TFT display supporting a resolution
2520x1440 and with inbuilt HD webcam (2MP or
higher) supporting 30fps, built in stereo speakers of
1.5W each and mic.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 77 of 102
13
Power
Management
& DMI
System with Power management features & Desktop
Management Interface implementation
14 OS Support &
Certification Latest Version of Windows and Linux
15 Accessories System user manual and all other necessary
accessories
16 Operating
System
Preloaded with OEM Pack Windows 10 Professional
(64 bit), all necessary Plugins/utilities and driver
software, bundled in CD/DVD Media
17 Compliance Energy Star 6.0 Compliance and BIS Certified.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 78 of 102
Technical (VII)
Item 1: Thin Client (Linux Embedded) (TC-L)
S.
No Hardware Specifications
Technically
Compliant
(Y/N)
Make &
Model
1 Industry standard 2GHz or higher speed processor
2 Built-in 10/100/1000 Ethernet Interface with WOL
support and IPV6 Compliant
3
One serial port, 2 USB port (Free), 1 parallel port, Audio
Port (If no serial & parallel then 2 USB ports should be
extra in place of serial & parallel port.), One RJ45
Ethernet port.
4 Optical mouse with pad and 104 Keys keyboard
5 2 GB RAM
6 8 GB Flash ROM
7 With 18.5” TFT LCD Flat Monitor; TCO 06 certified
8 Ultra Small form factor chassis mountable at rear side
of monitor with Vesa kit
Software
9 Linux and open office Embedded in Flash ROM
10 Thin client should be latest Linux stable kernel based
11 Support for SSH, telnet, XDM protocols and VNC.
12 Should have applications such as Web Mail client,
Browser, PDF reader etc.
13 Should support plug and play USB Drives
14
Multilingual support. Unicode complaint (Indian
Language support – English, Hindi & Local Language)
with three key board layouts.
15 Samba support for sharing printers and file-systems
16 Remote administration such as Telnet, FTP, NFS,
Samba, SSH Client with secure copy, etc.
17 Automatic hardware detection
18 GUI tools for configuring devices such as printers,
Network cards etc.
19 Thin Client should have Gnome/KDE Window manager
20 Thin Client should have support for NIS, LDAP
authentication
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 79 of 102
Item 2: Thin Client (Microsoft Windows Embedded) (TC-W)
S. No Hardware Specifications
Technically
Compliant
(Y/N)
Make &
Model
1 Industry standard 2GHz or higher speed
processor
2 Built-in 10/100/1000 Ethernet Interface with
WOL support and IPV6 Compliant
3
One serial port, 2 USB port (Free), 1 parallel
port, Audio Port (If no serial & parallel then 2
USB ports should be extra in place of serial &
parallel port.), One RJ45 Ethernet port
4 Optical mouse with pad and 104 Keys keyboard
5 2 GB RAM
6 8 GB Flash ROM
7 With 18.5” TFT LCD Flat Monitor, TCO 06
certified
8 Ultra Small form factor chassis mountable at
rear side of monitor with Vesa kit
Software
9 Windows XP/7 Embedded in Flash ROM
10 JVM Support – for IE 7.0 or latest version
11 Should support VT100/VT220/ANSI emulations
12 Full PPP/ Multisession/Multi host support under
window environment
13 Multilingual support & thin client management
software
14
OS Support : Microsoft Windows 2003 or latest
Server TSE, Unix and Linux Server (using
emulation suite).
15 Support for telnet protocol and VNC.
16 Should have applications such as Web Mail
client, Browser, PDF reader etc.
17 Should support plug and play USB Drives
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 80 of 102
18
Multilingual support. Unicode complaint (Indian
Language support – English, Hindi & Local
Language) with three key board layouts.
19 Samba support for sharing printers and file-
systems
20 Remote administration such as Telnet, FTP,
NFS, SSH Client with secure copy, etc.
21 Automatic hardware detection
22 GUI tools for configuring devices such as
printers, Network cards etc.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 81 of 102
Technical (VIII)
Additional Items
S.
No.
Applicable
Categories Item Description
Technically
Compliant
(Y / N)
Make &
Model
1 Technical (I to III)
19” or higher LCD/LED TFT
Monitor with 5 ms or better
response time, TCO 06 certified.
2 Technical (I to III)
20” or higher LCD/LED TFT
Monitor with 5 ms or better
response time, TCO 06 certified.
3 Technical (I to III)
23” or higher LCD/LED TFT
Monitor with 8 ms or better
response time, TCO 06 certified.
4 Technical (I to III)
104 Keys Bilingual Keyboard with
engraved keys and rupees
symbol
5 Optional Optical USB Scroll Mouse with
Mouse pad
6 Technical (I to VI)
OEM/Microsoft Wireless
Keyboard with rupees symbol &
Wireless optical scroll mouse
with pad and heavy duty batteries
7 Technical (I to VI)
External Stereo Speakers 2x2
(RMS) with Stereo Microphone &
Headphone
8 Technical (I to VI)
Microsoft Office Professional 2010
with media
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 82 of 102
ANNEXURE 9 - OEM-PARTNER UNDERTAKING
(To be submitted on Rs.100/- Non Judicial Stamp Paper)
Ref: Date:
To,
The Manager
Tender Division,
National Informatics Centre Services Inc.,
Hall No. 2 & 3, 6th Floor, NBCC Tower
15, Bhikaji Cama Place, New delhi-66
Subject: OEM-Partner Undertaking against Tender No: ........................................................
Sir,
We, <OEM/ Manufacturer name>, <OEM/ Manufacturer Registered Address> an established and reputed manufacturer of Computer Systems and <OEM’s Authorized Partner Name>, <Authorized Partner’s Registered Address>, confirm:
1) That we have understood the delivery, testing, installation and warranty support time lines defined in the tender,
2) That we have mutually worked out all necessary logistics and pricing agreements and there won’t be any delay in delivery, testing, installation and support due to any factors.
3) That we have mutually agreed to fulfill NICSI’s tender requirements during empanelment period.
4) That we both have clarity on the roles and duties to be performed by us in the execution of this tender and
5) That the second party (Authorized Partner) is the sole authorized partner of the first party (OEM) for Supplying and installing the ordered items in this tender.
As bidder, <OEM Name> we are proposing <OEM’s Authorized Partner Name> as our authorized partner who will meet NICSI tender requirements.
<OEM Name> further confirm that:
1. In case of product becoming end of life (EOL), we shall proactively inform NICSI about the replacement product (with matching specifications) along with proper comparison and sample for evaluation. We also undertake that incase of non-
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 83 of 102
availability of equivalent product, we shall supply product with higher specification during the empanelment.
2. The Authorized Partner will Deliver, test, Install & maintain the ordered items and ensure that the warranty Support is provided to the customer as per tender requirements. We also confirm that user will have option to log complaint directly on us through toll free number or web based portal during complete warranty period.
3. In the event of Authorized Partner not meeting the contractual obligation including warranty support, the Bidder (OEM) will take all necessary steps to ensure that the same is provided to the customer at no additional cost.
For <OEM/ Manufacturer name> For <OEM’s Authorized Partner>
<(Authorized Signatory)> <(Authorized Signatory)>
Name : Name :
Designation : Designation :
E-mail : E-mail :
Note: 1. On behalf of the OEM this undertaking should be signed by authorized signatory of
OEM Company. Attach authorization letter. Any deviation from the above Pro-forma will lead to summary rejection of such bids.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 84 of 102
ANNEXURE 10 - FINANCIAL BID
Guidelines for filling the Financial Bid:
1. Prices should be quoted in Indian Rupees 2. Bidders quoting incredibly low value of items with a view to subverting the tender
process shall be rejected straight away and EMD of such bidder will be forfeited. 3. For consideration of the financial bid, the rates of excise duty and VAT and other
components must be quoted as per the given proforma. It is mandatory to provide all the required information, otherwise bid will be rejected.
4. Lowest quoting bidder (L1) will be decided on the basis of the lowest quoted Grand Total Value (GTV). The Grand Total Value (GTV) will only be used for deciding L1 bidder. The actual purchase orders will be placed on the basis of individual item rate finalized after breakup of this total value.
5. The quoted rates should be inclusive of all accessories like Power cables (as per Indian Environment), Driver Software, related accessories, documentation of sub-assemblies of quoted item and operating manuals of the equipment; packing, forwarding, freight, insurance, installation, commissioning, warranty or any other charges for supply anywhere in India. The bidder is responsible for safe and secure delivery at user location. By having an insurable interest in the consignment, the bidder can get it insured on the basis of purchase order issued by NICSI and settle the claim if any directly with insurer. NICSI may issue NOC in favor of bidder if needed for settling the claim.
6. The bidder shall indicate clearly under Financial Bid, the following: i. The foreign currency affiliated with the equipment (as import component); and ii. Foreign Exchange Rate as per RBI website (closing rate) as at XX.XX.2016
and as applicable against the respective Foreign Currency (for example: Dollar, Great Britain Pound, Chinese Yen, etc., as applicable).
7. The foreign exchange rate for the foreign currency indicated (as import component) on last date of bid submission shall be taken as reference for Financial Bid Evaluation and selection of L1 bidder.
8. To deal with the foreign exchange fluctuation, ERV clause will be used as defined in tender document.
9. For all bidders quoting for imported components, relevant proof(s) shall be submitted in the form of bills on Custom Duties paid, etc. proving the quoted imported component.
10. Total Cost with 5 year on-site warranty will be the sum of Basic Cost, Duty and Taxes. All the bidders are required to quote individual breakup of Duty and Taxes. Quoting all-inclusive Price and not quoting tax breakup will lead to rejection of their bids.
11. Entry Tax / Octroi will be reimbursed as per actual wherever applicable 12. Ambiguous bids will be out rightly rejected
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 85 of 102
FINANCIAL BID PROFORMAS
(Grand Total Value)
Name of the Bidder:
Financial Bid for all Items as per Annexure-8: Technical
Prices in Financial Bid should be quoted in the following format, as per the
specifications in respective Annexures.
Prices should be quoted for Five-year on-site comprehensive warranty support.
Prices should be quoted in Indian Rupees and indicated both in figures and words.
Figures in words will prevail.
Quoting incredibly low value of items with a view to subverting the tender process shall
be rejected straight away and EMD of such vendor will be forfeited.
Table-1
An
ne
xu
re
Item Description Grand Total Value (All
inclusive)
Grand Total Value (All
inclusive) (in Words)
Col (1) (2) (3)
1
Example: Desktop
System DS1-Config-A
(Annexure-8 :
Technical-I)
Grand Total Value of Detailed
Financial Bid Performa Desktop
System DS1-Config-A
(Annexure-8 : Technical-I)
Foreign Exchange rate on day of bidding:
Note:
1. L1 will be the bidder quoting the least grand total value. 2. Initially only financial bid Performa of Grand Total value will be opened for all
technically qualified bidders. The detailed financial bid Performa of only L1 bidder will be opened later.
3. Must submit separate Financial Performa for each Desktop Configurations of Annexure-8: Technical (I to VI) and Thin Client of Annexure 8: Technical (VII).
4. The Grand Total value mentioned above must match the Grand total value of detailed financial bid Performa of Desktop Configurations of Annexure-8: Technical (I to VI) and Thin Client of Annexure 8: Technical (VII).. In case there is any discrepancy, the value written in word will prevail. If Grand Total value mentioned above is lower than the total value mentioned in detailed financial bid, the lowest value will prevail and L1 bidder has to accept that value. In this case value in detailed financial bid Performa will be
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 86 of 102
adjusted proportionately. If L1 bidder refuses to accept the adjusted prices, then its bid will be rejected and EMD will be forfeited.
Authorized Signatory
Name:
Date:
Place:
SEAL
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 87 of 102
Detailed Financial Bid Proforma for ANNEXURE 8 - Technical (I) - (DS1: Config-A)
Bidder's Name:
Make & Model:
Note: 1. All prices should be quoted with 5 years comprehensive on-site warranty support 2. Cells highlighted in yellow need to be quoted by the bidder and cells highlighted in grey shall be auto-calculated for determination of GTV 3. Bidders are required to take due care that all the cells in yellow and grey are correctly filled
Sl No
Description Quote Amount
1a Basic Cost - Desktop System (DS1: Config-A) (exclusive of all taxes and duties)
0.00 0.00
1b Excise Duty/Custom Duty (%) 0.00% 0.00
1c Vat (%) 0.00% 0.00
1d Installation Charges (% of Basic cost (1a)) 0.00% 0.00
1e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
1f All Inclusive Cost [A= Sum of 1a to 1e] 0.00
2a Above quoted Desktop System with latest version of Linux OS (Redhat /CentOS/Ubuntu/OpenSuse) in-lieu of Windows OS: Basic Cost (exclusive of all taxes and duties)
0.00 0.00
2b Excise Duty/Custom Duty ( % ) 0.00% 0.00
2c Vat ( % ) 0.00% 0.00
2d Installation Charges (% of Basic cost (2a)) 0.00% 0.00
2e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
2f All Inclusive Cost [B= Sum of 2a to 2e] 0.00
3 Upgrade Cost of 4GB DDR-4 21333MHz or higher Memory (All inclusive, 5 Yr Warranty) [C]
0.00 0.00
4 Cost of 1TB or higher SATA-III 7200 or higher RPM Drive (All inclusive, 5 Yr Warranty) [D]
0.00 0.00
5
Cost of Single user Latest version antivirus software for windows platform with free upgrade of viruses definition & engine files, capable to remove all existing viruses, adware, spyware & Trojan horses. The software should also be capable to remove & proactively prevent system from all new viruses, spyware, adware & Trojan horses. (All inclusive with one year validity) [E]
0.00 0.00
6 Grand Total Value [GTVDS1A = A+B+C+D+E] 0.00
7 Percentage of the basic cost quoted for which foreign exchange is involved (Import Impact Factor)
0.00%
8 Foreign Exchange Rate on date of bidding. 0.00
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 88 of 102
Detailed Financial Bid Proforma for ANNEXURE 8 - Technical (I) - (DS1: Config-B)
Bidder's Name:
Make & Model:
Note: 1. All prices should be quoted with 5 years comprehensive on-site warranty support 2. Cells highlighted in yellow need to be quoted by the bidder and cells highlighted in grey shall be auto-calculated for determination of GTV 3. Bidders are required to take due care that all the cells in yellow and grey are correctly filled
Sl No
Description Quote Amount
1a Basic Cost - Desktop System (DS1: Config-B) (exclusive of all taxes and duties)
0.00 0.00
1b Excise Duty/Custom Duty (%) 0.00% 0.00
1c Vat (%) 0.00% 0.00
1d Installation Charges (% of Basic cost (1a)) 0.00% 0.00
1e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
1f All Inclusive Cost [A= Sum of 1a to 1e] 0.00
2a Above quoted Desktop System with latest version of Linux OS (Redhat /CentOS/Ubuntu/OpenSuse) in-lieu of Windows OS: Basic Cost (exclusive of all taxes and duties)
0.00 0.00
2b Excise Duty/Custom Duty ( % ) 0.00% 0.00
2c Vat ( % ) 0.00% 0.00
2d Installation Charges (% of Basic cost (2a)) 0.00% 0.00
2e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
2f All inclusive Cost [B= Sum of 2a to 2e] 0.00
3 Upgrade Cost of 4GB DDR-4 21333MHz or higher Memory (All inclusive, 5 Yr Warranty) [C]
0.00 0.00
4 Cost of 1TB or higher SATA-III 7200 or higher RPM Drive (All inclusive, 5 Yr Warranty) [D]
0.00 0.00
5
Cost of Single user Latest version antivirus software for windows platform with free upgrade of viruses definition & engine files, capable to remove all existing viruses, adware, spyware & Trojan horses. The software should also be capable to remove & proactively prevent system from all new viruses, spyware, adware & Trojan horses. (All inclusive with one year validity) [E]
0.00 0.00
6 Grand Total Value [GTVDS1B = A+B+C+D+E] 0.00
7 Percentage of the basic cost quoted for which foreign exchange is involved (Import Impact Factor)
0.00%
8 Foreign Exchange Rate on date of bidding. 0.00
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 89 of 102
Detailed Financial Bid Proforma for ANNEXURE 8 - Technical (II) - (DS2: Config-A)
Bidder's Name:
Make & Model:
Note: 1. All prices should be quoted with 5 years comprehensive on-site warranty support 2. Cells highlighted in yellow need to be quoted by the bidder and cells highlighted in grey shall be auto-calculated for determination of GTV 3. Bidders are required to take due care that all the cells in yellow and grey are correctly filled
Sl No
Description Quote Amount
1a Basic Cost - Desktop System (DS2: Config-A) (exclusive of all taxes and duties)
0.00 0.00
1b Excise Duty/Custom Duty (%) 0.00% 0.00
1c Vat (%) 0.00% 0.00
1d Installation Charges (% of Basic cost (1a)) 0.00% 0.00
1e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
1f All Inclusive Cost [A= Sum of 1a to 1e] 0.00
2a Above quoted Desktop System with latest version of Linux OS (Redhat /CentOS/Ubantu/OpenSuse) in-lieu of Windows OS: Basic Cost (exclusive of all taxes and duties)
0.00 0.00
2b Excise Duty/Custom Duty ( % ) 0.00% 0.00
2c Vat ( % ) 0.00% 0.00
2d Installation Charges (% of Basic cost (2a)) 0.00% 0.00
2e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
2f All inclusive Cost [B= Sum of 2a to 2e] 0.00
3 Upgrade Cost of 4GB DDR-4 21333MHz or higher Memory (All inclusive, 5 Yr Warranty) [C]
0.00 0.00
4 Cost of 1TB or higher SATA-III 7200 or higher RPM Drive (All inclusive, 5 Yr Warranty) [D]
0.00 0.00
5
Cost of Single user Latest version antivirus software for windows platform with free upgrade of viruses definition & engine files, capable to remove all existing viruses, adware, spyware & Trojan horses. The software should also be capable to remove & proactively prevent system from all new viruses, spyware, adware & Trojan horses. (All inclusive with one year validity) [E]
0.00 0.00
6 Grand Total Value [GTVDS2A = A+B+C+D+E] 0.00
7 Percentage of the basic cost quoted for which foreign exchange is involved (Import Impact Factor)
0.00%
8 Foreign Exchange Rate on date of bidding. 0.00
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 90 of 102
Detailed Financial Bid Proforma for ANNEXURE 8 - Technical (II) - (DS2: Config-B)
Bidder's Name:
Make & Model:
Note: 1. All prices should be quoted with 5 years comprehensive on-site warranty support 2. Cells highlighted in yellow need to be quoted by the bidder and cells highlighted in grey shall be auto-calculated for determination of GTV 3. Bidders are required to take due care that all the cells in yellow and grey are correctly filled
Sl No
Description Quote Amount
1a Basic Cost - Desktop System (DS2: Config-B) (exclusive of all taxes and duties)
0.00 0.00
1b Excise Duty/Custom Duty (%) 0.00% 0.00
1c Vat (%) 0.00% 0.00
1d Installation Charges (% of Basic cost (1a)) 0.00% 0.00
1e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
1f All Inclusive Cost [A= Sum of 1a to 1e] 0.00
2a Above quoted Desktop System with latest version of Linux OS (Redhat /CentOS/Ubantu/OpenSuse) in-lieu of Windows OS: Basic Cost (exclusive of all taxes and duties)
0.00 0.00
2b Excise Duty/Custom Duty ( % ) 0.00% 0.00
2c Vat ( % ) 0.00% 0.00
2d Installation Charges (% of Basic cost (2a)) 0.00% 0.00
2e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
2f All inclusive Cost [B= Sum of 2a to 2e] 0.00
3 Upgrade Cost of 4GB DDR-4 21333MHz or higher Memory (All inclusive, 5 Yr Warranty) [C]
0.00 0.00
4 Cost of 1TB or higher SATA-III 7200 or higher RPM Drive (All inclusive, 5 Yr Warranty) [D]
0.00 0.00
5
Cost of Single user Latest version antivirus software for windows platform with free upgrade of viruses definition & engine files, capable to remove all existing viruses, adware, spyware & Trojan horses. The software should also be capable to remove & proactively prevent system from all new viruses, spyware, adware & Trojan horses. (All inclusive with one year validity) [E]
0.00 0.00
6 Grand Total Value [GTVDS2B = A+B+C+D+E] 0.00
7 Percentage of the basic cost quoted for which foreign exchange is involved (Import Impact Factor)
0.00%
8 Foreign Exchange Rate on date of bidding. 0.00
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 91 of 102
Detailed Financial Bid Proforma for ANNEXURE 8 - Technical (III) - (DS3: Config-A)
Bidder's Name:
Make & Model:
Note: 1. All prices should be quoted with 5 years comprehensive on-site warranty support 2. Cells highlighted in yellow need to be quoted by the bidder and cells highlighted in grey shall be auto-calculated for determination of GTV 3. Bidders are required to take due care that all the cells in yellow and grey are correctly filled
Sl No
Description Quote Amount
1a Basic Cost - Desktop System (DS3: Config-A) (exclusive of all taxes and duties)
0.00 0.00
1b Excise Duty/Custom Duty (%) 0.00% 0.00
1c Vat (%) 0.00% 0.00
1d Installation Charges (% of Basic cost (1a)) 0.00% 0.00
1e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
1f All Inclusive Cost [A= Sum of 1a to 1e] 0.00
2a Above quoted Desktop System with latest version of Linux OS (Redhat /CentOS/Ubantu/OpenSuse) in-lieu of Windows OS: Basic Cost (exclusive of all taxes and duties)
0.00 0.00
2b Excise Duty/Custom Duty ( % ) 0.00% 0.00
2c Vat ( % ) 0.00% 0.00
2d Installation Charges (% of Basic cost (2a)) 0.00% 0.00
2e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
2f All inclusive Cost [B= Sum of 2a to 2e] 0.00
3 Upgrade Cost of 4GB DDR-4 21333MHz or higher Memory (All inclusive, 5 Yr Warranty) [C]
0.00 0.00
4 Cost of 2TB or higher SATA-III 7200 or higher RPM Drive (All inclusive, 5 Yr Warranty) [D]
0.00 0.00
5
NComputing multi user kits with required driver & desktop virtualization software supporting minimum 5 multiusers or more in LAN environment. Each multiuser kit should be equipped with port for Keyboard, mouse, monitor, USB & speaker. Virtualization Software should be capable to virtualize all version of Windows and Linux OS, all application Software like MS Office / Open Office, adobe, real player etc. The Kit shall also include ncomputing PCI card with five 10/100mbps or higher Ethernet ports and five CAT 6 patch cords of 10 meter length each. [E]
0.00 0.00
6 Cost of Five unit of 19” or higher LED/LCD TFT monitor with 5 msec or better response time, TCO 06 certified. [F]
0.00 0.00
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 92 of 102
7 Cost of Five unit of Bilingual Keyboard & mouse with pad having same interface as available in offered ncomputing kit. [G]
0.00 0.00
8
NComputing multi user kits (Five nos.) with required driver and five CAT 6 patch cords of 10 meter length each. Each multiuser kit should be equipped with port for Keyboard, mouse, monitor, USB & speaker. [H]
0.00 0.00
9
Cost of Single user Latest version antivirus software for windows platform with free upgrade of viruses definition & engine files, capable to remove all existing viruses, adware, spyware & Trojan horses. The software should also be capable to remove & proactively prevent system from all new viruses, spyware, adware & Trojan horses. (All inclusive with one year validity) [I]
0.00 0.00
10 Grand Total Value [GTVDS3A = A+B+C+D+E+F+G+H+I] 0.00
11 Percentage of the basic cost quoted for which foreign exchange is involved (Import Impact Factor)
0.00%
12 Foreign Exchange Rate on date of bidding. 0.00
Note: The nComputing card may be used with any Desktop system of Annexure-I to III. The
bidder will be allowed to supply suitable size of system chassis, whenever any of these
desktop configuration is procured with nComputing card.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 93 of 102
Detailed Financial Bid Proforma for ANNEXURE 8 - Technical (IV) - (DS4: Config-A)
Bidder's Name:
Make & Model:
Note: 1. All prices should be quoted with 5 years comprehensive on-site warranty support 2. Cells highlighted in yellow need to be quoted by the bidder and cells highlighted in grey shall be auto-calculated for determination of GTV 3. Bidders are required to take due care that all the cells in yellow and grey are correctly filled
Sl No
Description Quote Amount
1a Basic Cost - All-in-One Desktop System (DS4: Config-A) (exclusive of all taxes and duties)
0.00 0.00
1b Excise Duty/Custom Duty (%) 0.00% 0.00
1c Vat (%) 0.00% 0.00
1d Installation Charges (% of Basic cost (1a)) 0.00% 0.00
1e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
1f All Inclusive Cost [A= Sum of 1a to 1e] 0.00
2a Above quoted Desktop System with latest version of Linux OS (Redhat /CentOS/Ubantu/OpenSuse) in-lieu of Windows OS: Basic Cost (exclusive of all taxes and duties)
0.00 0.00
2b Excise Duty/Custom Duty ( % ) 0.00% 0.00
2c Vat ( % ) 0.00% 0.00
2d Installation Charges (% of Basic cost (2a)) 0.00% 0.00
2e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
2f All inclusive Cost [B= Sum of 2a to 2e] 0.00
3 Upgrade Cost of 4GB DDR-4 21333MHz or higher Memory (All inclusive, 5 Yr Warranty) [C]
0.00 0.00
4 Cost of 1TB or higher SATA-III 7200 or higher RPM Drive (All inclusive, 5 Yr Warranty) [D]
0.00 0.00
5
Cost of Single user Latest version antivirus software for windows platform with free upgrade of viruses definition & engine files, capable to remove all existing viruses, adware, spyware & Trojan horses. The software should also be capable to remove & proactively prevent system from all new viruses, spyware, adware & Trojan horses. (All inclusive with one year validity) [E]
0.00 0.00
6 Grand Total Value [GTVDS4A = A+B+C+D+E] 0.00
7 Percentage of the basic cost quoted for which foreign exchange is involved (Import Impact Factor)
0.00%
8 Foreign Exchange Rate on date of bidding. 0.00
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 94 of 102
Detailed Financial Bid Proforma for ANNEXURE 8 - Technical (IV) - (DS4: Config-B)
Bidder's Name:
Make & Model:
Note: 1. All prices should be quoted with 5 years comprehensive on-site warranty support 2. Cells highlighted in yellow need to be quoted by the bidder and cells highlighted in grey shall be auto-calculated for determination of GTV 3. Bidders are required to take due care that all the cells in yellow and grey are correctly filled
Sl No
Description Quote Amount
1a Basic Cost - All-in-One Desktop System (DS4: Config-B) (exclusive of all taxes and duties)
0.00 0.00
1b Excise Duty/Custom Duty (%) 0.00% 0.00
1c Vat (%) 0.00% 0.00
1d Installation Charges (% of Basic cost (1a)) 0.00% 0.00
1e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
1f All Inclusive Cost [A= Sum of 1a to 1e] 0.00
2a Above quoted Desktop System with latest version of Linux OS (Redhat /CentOS/Ubantu/OpenSuse) in-lieu of Windows OS: Basic Cost (exclusive of all taxes and duties)
0.00 0.00
2b Excise Duty/Custom Duty ( % ) 0.00% 0.00
2c Vat ( % ) 0.00% 0.00
2d Installation Charges (% of Basic cost (2a)) 0.00% 0.00
2e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
2f All inclusive Cost [B= Sum of 2a to 2e] 0.00
3 Upgrade Cost of 4GB DDR-4 21333MHz or higher Memory (All inclusive, 5 Yr Warranty) [C]
0.00 0.00
4 Cost of 1TB or higher SATA-III 7200 or higher RPM Drive (All inclusive, 5 Yr Warranty) [D]
0.00 0.00
5
Cost of Single user Latest version antivirus software for windows platform with free upgrade of viruses definition & engine files, capable to remove all existing viruses, adware, spyware & Trojan horses. The software should also be capable to remove & proactively prevent system from all new viruses, spyware, adware & Trojan horses. (All inclusive with one year validity) [E]
0.00 0.00
6 Grand Total Value [GTVDS4B = A+B+C+D+E] 0.00
7 Percentage of the basic cost quoted for which foreign exchange is involved (Import Impact Factor)
0.00%
8 Foreign Exchange Rate on date of bidding. 0.00
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 95 of 102
Detailed Financial Bid Proforma for ANNEXURE 8 - Technical (V) - (DS5: Config-A)
Bidder's Name:
Make & Model:
Note: 1. All prices should be quoted with 5 years comprehensive on-site warranty support 2. Cells highlighted in yellow need to be quoted by the bidder and cells highlighted in grey shall be auto-calculated for determination of GTV 3. Bidders are required to take due care that all the cells in yellow and grey are correctly filled
Sl No
Description Quote Amount
1a Basic Cost - All-in-One Desktop System (DS5: Config-A) (exclusive of all taxes and duties)
0.00 0.00
1b Excise Duty/Custom Duty (%) 0.00% 0.00
1c Vat (%) 0.00% 0.00
1d Installation Charges (% of Basic cost (1a)) 0.00% 0.00
1e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
1f All Inclusive Cost [A= Sum of 1a to 1e] 0.00
2a Above quoted Desktop System with latest version of Linux OS (Redhat /CentOS/Ubantu/OpenSuse) in-lieu of Windows OS: Basic Cost (exclusive of all taxes and duties)
0.00 0.00
2b Excise Duty/Custom Duty ( % ) 0.00% 0.00
2c Vat ( % ) 0.00% 0.00
2d Installation Charges (% of Basic cost (2a)) 0.00% 0.00
2e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
2f All inclusive Cost [B= Sum of 2a to 2e] 0.00
3 Upgrade Cost of 4GB DDR-4 21333MHz or higher Memory (All inclusive, 5 Yr Warranty) [C]
0.00 0.00
4 Cost of 1TB or higher SATA-III 7200 or higher RPM Drive (All inclusive, 5 Yr Warranty) [D]
0.00 0.00
5
Cost of Single user Latest version antivirus software for windows platform with free upgrade of viruses definition & engine files, capable to remove all existing viruses, adware, spyware & Trojan horses. The software should also be capable to remove & proactively prevent system from all new viruses, spyware, adware & Trojan horses. (All inclusive with one year validity) [E]
0.00 0.00
6 Grand Total Value [GTVDS5A = A+B+C+D+E] 0.00
7 Percentage of the basic cost quoted for which foreign exchange is involved (Import Impact Factor)
0.00%
8 Foreign Exchange Rate on date of bidding. 0.00
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 96 of 102
Detailed Financial Bid Proforma for ANNEXURE 8 - Technical (VI) - (DS6: Config-A)
Bidder's Name:
Make & Model:
Note: 1. All prices should be quoted with 5 years comprehensive on-site warranty support 2. Cells highlighted in yellow need to be quoted by the bidder and cells highlighted in grey shall be auto-calculated for determination of GTV 3. Bidders are required to take due care that all the cells in yellow and grey are correctly filled
Sl No
Description Quote Amount
1a Basic Cost - All-in-One Desktop System (DS6: Config-A) (exclusive of all taxes and duties)
0.00 0.00
1b Excise Duty/Custom Duty (%) 0.00% 0.00
1c Vat (%) 0.00% 0.00
1d Installation Charges (% of Basic cost (1a)) 0.00% 0.00
1e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
1f All Inclusive Cost [A= Sum of 1a to 1e] 0.00
2a Above quoted Desktop System with latest version of Linux OS (Redhat /CentOS/Ubantu/OpenSuse) in-lieu of Windows OS: Basic Cost (exclusive of all taxes and duties)
0.00 0.00
2b Excise Duty/Custom Duty ( % ) 0.00% 0.00
2c Vat ( % ) 0.00% 0.00
2d Installation Charges (% of Basic cost (2a)) 0.00% 0.00
2e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
2f All inclusive Cost [B= Sum of 2a to 2e] 0.00
3 Upgrade Cost of 4GB DDR-4 21333MHz or higher Memory (All inclusive, 5 Yr Warranty) [C]
0.00 0.00
4 Cost of 1TB or higher SATA-III 7200 or higher RPM Drive (All inclusive, 5 Yr Warranty) [D]
0.00 0.00
5
Cost of Single user Latest version antivirus software for windows platform with free upgrade of viruses definition & engine files, capable to remove all existing viruses, adware, spyware & Trojan horses. The software should also be capable to remove & proactively prevent system from all new viruses, spyware, adware & Trojan horses. (All inclusive with one year validity) [E]
0.00 0.00
6 Grand Total Value [GTVDS6A = A+B+C+D+E] 0.00
7 Percentage of the basic cost quoted for which foreign exchange is involved (Import Impact Factor)
0.00%
8 Foreign Exchange Rate on date of bidding. 0.00
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related
Additional Items
Page 97 of 102
Detailed Financial Bid Proforma for ANNEXURE 8 - Technical (VII) - (Thin Clients: Item
1 and Item 2)
Bidder's Name:
Make & Model:
Note: 1. All prices should be quoted with 5 years comprehensive on-site warranty support 2. Cells highlighted in yellow need to be quoted by the bidder and cells highlighted in grey shall be auto-calculated for determination of GTV 3. Bidders are required to take due care that all the cells in yellow and grey are correctly filled
Sl No
Description Quote Amount
1a Basic Cost - Item1(TC-L): Thin Client (Linux) (exclusive of all taxes and duties)
0.00 0.00
1b Excise Duty/Custom Duty (%) 0.00% 0.00
1c Vat (%) 0.00% 0.00
1d Installation Charges (% of Basic cost (1a)) 0.00% 0.00
1e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
1f All Inclusive Cost [A= Sum of 1a to 1e] 0.00
2a Basic Cost - Item2(TC-W): Thin Client (Windows) (exclusive of all taxes and duties)
0.00 0.00
2b Excise Duty/Custom Duty ( % ) 0.00% 0.00
2c Vat ( % ) 0.00% 0.00
2d Installation Charges (% of Basic cost (2a)) 0.00% 0.00
2e Service Tax + SBC + KKR on Installation (%) 0.00% 0.00
2f All inclusive Cost [B= Sum of 2a to 2e] 0.00
3 Grand Total Value [GTVTC = A+B] 0.00
4 Percentage of the basic cost quoted for which foreign exchange is involved (Import Impact Factor)
0.00%
5 Foreign Exchange Rate on date of bidding. 0.00
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related Additional Items
Page 2 of 102
Bidder's Name:
Make & Model:
Note: 1. All prices should be quoted with 5 years comprehensive on-site warranty support 2. Cells highlighted in yellow need to be quoted by the bidder and cells highlighted in grey shall be auto-calculated for determination of GTV 3. Bidders are required to take due care that all the cells in yellow and grey are correctly filled
Sl No
Description Applicable Categories
Basic Cost (Rs) [A]
Excise Duty/Custom Duty (%)
[B]
Vat (%) [C]
Total Cost
(with 5 years
warranty) [D]
Percentage of the basic cost quoted at
col (1) for which foreign exchange is
involved (Import Impact Factor)
in
Percentage Amount
in Percentage
Amount
1 18.5” or higher LCD/LED TFT
Monitor with 5 ms or better response time, TCO 06 certified.
Technical (I to III)
0.00 0.00% 0.00 0.00% 0.00 0.00 0.00%
2 21” or higher LCD/LED TFT Monitor with 5 ms or better
response time, TCO 06 certified.
Technical (I to III)
0.00 0.00% 0.00 0.00% 0.00 0.00 0.00%
3 23” LCD/LED TFT Monitor with 8 ms or better response time,
TCO 06 certified.
Technical (I to III)
0.00 0.00% 0.00 0.00% 0.00 0.00 0.00%
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related Additional Items
Page 3 of 102
4 104 Keys Bilingual Keyboard with engraved keys & rupees
symbol
Technical (I to III)
0.00 0.00% 0.00 0.00% 0.00 0.00 0.00%
5 Optical USB Scroll Mouse with
Mouse pad Optional 0.00 0.00% 0.00 0.00% 0.00 0.00 0.00%
6
OEM/Microsoft Wireless Keyboard with rupees symbol &
Wireless optical scroll mouse with pad
Technical (I to VI)
0.00 0.00% 0.00 0.00% 0.00 0.00 0.00%
7 External Stereo Speakers 2x2
(RMS) with Stereo Microphone & Headphone
Technical (I to VI)
0.00 0.00% 0.00 0.00% 0.00 0.00 0.00%
8 Microsoft Office Professional
2010 with media Technical (I to VI)
0.00 0.00% 0.00 0.00% 0.00 0.00 0.00%
Note:
1. For consideration of Desktop Configurations ANNEXURE 8 - Technical (I to VI), the corresponding additional items must be quoted. Item marked as optional in applicable category column is not mandatory. Bidders may quote as per the availability with them.
2. L1 rates of each additional item will be vendor independent viz. the lowest rates quoted at column [D] for an item by any of the technically qualified bidders, will have to be accepted by the L1 vendor qualifying for Annexure I to VI. In case a bidder does not qualify in main desktop configuration of ANNEXURE 8 - Technical (I to VI), its rate of corresponding additional items will not be considered for financial evaluation.
3. For working out the L1 rates of additional items, the incredibly low rates or rates quoted by mistake or zero rates will not be considered. EMD of such bidders will be forfeited and their bid will be rejected. If L1 refuses to match the lowest additional item rates for the qualified configuration their EMD will be forfeited.
4. The above rates are inclusive of packing, forwarding, freight, insurance and delivery at the NICSI’s client location anywhere in India. 5. The prices quoted for additional items must be in proportion to the quoted rate for main items. In case of difference, bidders may be
asked to give breakup of bundled cost of main item and subsequent to match on pro rata basis. 6. To deal with the foreign exchange fluctuation, ERV clause will be used as defined in tender document.
RFP for Empanelment of Vendors for Supply, Testing and Installation of Desktop Systems and Related Additional Items
Page 4 of 102
7. Duties and Taxes are to be quoted explicitly.
8. In case NICSI/User Dept wants to procure Desktop system without pre-loaded OS, the bidder shall accept such PO by deducting Windows OS price in Annexure (VIII) from the Main System price.
Authorized Signatory
Name: ………………………………………..
Contact Number: …………………………
Date:
Place: SEAL
ANNEXURE 11 - STATEMENT OF DEVIATIONS FROM TECHNICAL SPECIFICATIONS
(Please submit separate sheet for each item mentioned in ANNEXURE 8 - Technical (I to
VII))
Name of the Bidder:
Equipment Offered: Make:____________________ Model:______________________
LINE ITEM
DESCRIPTION OF
ITEM
SPECIFICATION
WHERE
DEVIATING
DEVIATION IN
THE OFFER
BRIEF REASON
FOR THE
DEVIATION
Note: Deviations on the lower side of technical specs will not be accepted.
Date: Signature:
Place: Name:
COMPANY SEAL
top related