e-tender for rate contract for ups, printers, … · 5.2.3 bid for a particular tender must be...

76
H.P. STATE ELECTRONICS DEVELOPMENT CORPORATION LTD. (A Unit ofH.P. Government Undertaking) 09-10-2018 (Ver. 1) e-TENDER FOR RATE CONTRACT FOR UPS, PRINTERS, SCANNERS FOR THE YEAR 2018-19 AND 2019-2020. (E-TenderNo: HPSEDC/CCIRCfUPS-PRINTERS/2K18-) H.P. STATEELECTRONICS DEVELOPMENT CORPORAnON LTD., 1st FLOOR, LT BHAWAN, MEHLI, SHIMLA-171013, H.P. Tel. Nos.: 0177-2623259,2623043,2623513 (Telefax): 0177-2626320 (M) 9418497722. Email:[email protected][email protected] Website: www.hpsedc.in.tenderdocumentcanalsobedownloadedfromhttps:/lhptenders.gov.in

Upload: trinhdung

Post on 26-Apr-2019

214 views

Category:

Documents


0 download

TRANSCRIPT

H.P. STATE ELECTRONICS DEVELOPMENT CORPORATION LTD.(A Unit ofH.P. Government Undertaking)

09-10-2018 (Ver. 1)

e-TENDERFOR

RATE CONTRACT FOR UPS, PRINTERS, SCANNERS FORTHE YEAR 2018-19 AND 2019-2020.

(E-Tender No: HPSEDC/CCIRCfUPS-PRINTERS/2K18-)

H.P. STATEELECTRONICS DEVELOPMENT CORPORAnON LTD.,1st FLOOR, LT BHAWAN,MEHLI, SHIMLA-171013, H.P.Tel. Nos.: 0177-2623259,2623043,2623513 (Telefax): 0177-2626320 (M) 9418497722.Email:[email protected][email protected]

Website: www.hpsedc.in.tenderdocumentcanalsobedownloadedfromhttps:/lhptenders.gov.in

/

RFPfor rate contractl procurement of UPSand Printers

INDEX ,SECTION-I. 4

INVITATION FOR E-BIDS .................•.........•.•..........•.........•.....................................•. 4

GIST OF IMPORTANT GENERAL CONDITIONS 5

SECTION 2 11

INSTRUCTIONS TO BIDDERS 11

A- INTRODUCTION ························ 11

B- TENDER DOCUMENT ····························· 14

C - PREPARATION OF BIDS 14

D-SUBMISSION OF BIDS ··.·············· 17

E-BID OPENING AND EVALUATION 19

F - AWARD OF CONTRACT ······························· 24

SECTION-3 25

GENERAL CONDITIONS OF THE TENDER &CONTRACT 25

SECTION-4 33

TECHNICAL SPECIFICATIONS AND MAINTENANCE CONDITIONS 33

PROFORMA- A 36

PROFORMA-B 37

PROFORMA-C 38

FORM-D 39

FORM-E 39

PROFORMA-F 41

SCHEDULE - I. 45

ANNEXURE-I ..........•.................................................................................•...... 47

SECTION - V ········ 47

TECHNCIAL SPECIFICATIONS AND COMPLIANCE SHEETS ANNEXURES 47

Category-"A" Printers, Scanners and Dot Matrix Printers 47

Minimum Technical SpecificationLaser Printers and MFPs with Composite Toner Cartridges 47

Item No.1: Mono Chrome Laser printer A-4 18 PPM ·.···················· 47

Item No.2: Mono Chrome Laser printer A-4-25 PPM ··························· 47

Item No.3: Mono Chrome Laser printer A-4 40 PPM or above ······················ 48

Item No.4: Color laser Printer A-4 -16 PPM ················· 48

Item No.5: Mono Chrome Multi-Functional printer A-4 - 18 PPM 49

Item No.6: Mono Chrome Multi-Functional printer A-4 - 25 PPM 49

Item No.7: Mono Chrome Multi-Functional printer A-4 - 25 PPM with Wi-Fi 50

Item No.8: Mono Chrome Multi-Functional printer A-4 - 35 PPM ······················ 50

ii . Minimum Technical Specification of Laser PrinterslMFPs with separate drum & TonerCartridges:- 51

21PageH.P. State ElectronicsDevelopmentCorporation Lt

fJ n_. v ~.

RFPfor rate contract! procurement of UPSand Printers

... Item No.9: Mono Chrome Laser printer A-4 18 PPM 51

Item No. 10: Mono Chrome Laser printer A-4-25 PPM 51

Item No. 11: Mono Chrome Multi-Functional printer A-4 - 20 PPM 52

Item No. 12: Mono Chrome Multi-Functional printer A-4 - 25 PPM 52

Item No. 13: Mono Chrome Multi-Functional printer A-4 - 25 PPM 53

iii. Inkjet Printers 53

Item No. 14: Mono Chrome Ink printer A-4 22 PPMlIPM 53

Item No. 15: Mono Chrome ink printer A-4-24 PPM 54

iv. SCANNERS 55

Item No. 16: Scanner 20ppm 55

Item No. 17: Scanner 30ppm 55

Item No. 18: Scanner40ppm 56

Item No. 19: Scanner 50ppm .................•................................................................ 56

v. Dot Matrix Printers 57

Item No. 20: Technical Specifications for High Speed Dot Matrix Printers 57

Item No. 21: Technical Specifications for Dot Matrix Printers 57

Item No. 22: General Tech specs of pass book printers 58

Item No. 23: Line Matrix Printers 58

Item No. 24: Line Matrix Printers 59

Category-"B": UPS (Offline and Online) 60

Item No.1: UPS -650VA OFFLINE UPS System or higher 60

Item No.2: 1OOOVA or higher UPS OFFLINE 61

Item No.3: 1000 VA or higher Online UPS System 61

Item No.4: 2 KVA or higher Online UPS System : 63

Item No.5: 3 KVA or higher Online UPS System 64

Item No.6: 5 KVA ONLINE UPS 66

Item No.7: 6 KVA or higher Online UPS System 67

Item No.8: lOKVA ONLINE UPS (Single Phase) 68

Item No.9: 10KVA ONLINE UPS (Three Phase) 69

Item No. 10: 20KVA ONLINE UPS (Three Pahse) 70

Item No. 11: SMF Batteries 71

Item No. 12: Buy back offer for SMF Batteries:- 72

Item No 13: Buy back offer for Offline & Online UPS System:- 72

Annexure-II 73

Performance Bank Guarantee Template 73

Annexure-III 75

Bank Guarantee (BG) Format for EMD 75

H.P. State Electronics Development Corporation Ltd.

V31Page

RFPfor rate contract! procurement of UPSand Printers

SECTION-lINVITATION FOR E-BIDS

E-TENDERNO: HPSEDC/CCIRCIUPS-PRINTERS/2K18-

Note: The Press e-Tender Notice published on 12110/2018 in following daily Newspapers

inviting e-Tenders for entering into Rate Contract for UPS AND PRINTERS to be supplied,

installed and maintained during warranty period and post warranty period during the year 2018-19

and 2019-20. Initially Rate Contract will be finalized for two years i.e. 2018-2019 and 2019-2020,

if reduction of rates take place in between, approved firms shall submit revised rates.

(i)The Hindu

(ii)Indian ExpressThe detailed e-Tender document contained in following sections has been prepared to

elaborate all techno-commercial conditions of this tender. In case of any discrepancy between

the Press Advertisement and detailed provisions of this Tender Document, the latter will

prevail. For any further changes (if any, based on feedback! queries from any quarter and pre­

bid meeting) in this tender document, please see its updated version/corrigendum on

www.hpsedc.inandhttps://hptenders.gov.in.

A) e-Tenders are invited by the undersigned from eligible bidders, i.e. Original Equipment

Manufacturers (O.E.M.)/ Principal National Distributors/ Country Channel Partners in India

(in case of imported equipment)/ Large Scale Systems Integrator duly authorised by the

manufacturer for entering into Rate Contract for the year 2018-2019 and 2019-2020 for the

supply of following UPS AND PRINTERS as per technical specifications in Annexure-A to

various State Government offices and providing after sale support during warranty period.Category - "A": Printers, Scanners and Dot Matrix Printers

Sr.No. Description1. Minimum Technical Specification Laser Printers and MFPs with Composite Toner

Cartridges2. Minimum Technical Specification of Laser PrinterslMFPs with separate drum &

Toner Cartridges3. Inkjet Printers4. SCANNERS5. Dot Matrix Printers

Category-"B": UPS (Offline and Online)

1. UPS2. SMF Batteries3. By-back offer j

H.~topmeponLtd41Page

(1

/~

RFPfor rate contractl procurement of UPSand Printers

~IST OF IMPORTANT GENERAL CONDITIONS

1) The tender has been floated for finalizing the rate contract for items as per specifications

mentioned in Annexure-"A'. The rate contract will be done for the only those items of the

bidders wherever the bidder has quoted lowest (L1) rate for the particular item in the list in

Annexure-"A". Only Ll rates will be conveyed to the departments and accordingly

purchase orders would be placed for only L1 bidder's rates for each item. Therefore, each

category may have rates finalized for multiple or single bidder depending upon its lowest

rate. However, since the equipment is to be procured and supplied to Government

department in the State Government, reasonability of the rates would be ascertained by the

tender committee w.r.t. other rate contracts and in the market. Bidders have to ensure that

the rates quoted for this tender are better (or atleast equal) than the rates in other rate

contracts/ government supplies or open market anywhere else in the country.

2) After finalizing the Ll rate contract, HPSEDC may ask L2 bidder to match the Ll rates be

considered for rate contract. However, bidders are advised to quote their best rates.

3) Unless otherwise specified for a part of the order, the supplies should be completed within

4-5 weeks from the date of placing the supply order except for snowbound! tribal areas,

where delivery can be made within 6-8 weeks. Delivery is to be made FOR destination i.e.

anywhere in the State of Himachal Pradesh and Installation has to be completed within 1

week after supply of material. In Remote and snowbound areas delivery may be done at

nearest district head quarter, in case the area is cut-off for the time being. The Managing

Director, HPSEDC reserves the right to extend the delivery period based on the request ofthe supplier, wherever required.

4) The rates quoted for accessories/ AMC in each category should also be reasonable. The

committee reserves the right to negotiate the rates of accessories/ AMC with Ll bidder to

bring them to a reasonable level based on the best prices offered by other bidders andcurrent market rates.

5) If the rate contract holder quotes/ reduces its price to render similar goods, works or

services at a price lower than the rate contract price to anyone in the Country at any time

during the currency of the rate contract, the rate contract price shall be automatically

reduced with effect from the date of reducing or quoting lower price, for all delivery of the

subject matter of procurement under that rate contract and the rate contract shall be

amended, accordingly. The rate contract holder shall furnish the certificate to the HPSEDC

that the provisions of this clause have been complied with in respect of supplies made or

I~W. State Electronics Development Corporation Ltd.

~ V51Page

RFP for rate contract/ procurement of UPS and Printers

billed for upto the date of this certificate. On the conclusion of the rate contract the rata

contract holder shall furnish a certificate that the provision of this clause have been

complied with during the period of rate contract.

6) In case of single high volume requirement of the departments, HPSEDC may choose to

take fresh techno-commercial offers from eligible and technically qualified bidders. In such

cases, the technically qualified bidders may submit their offers in two envelopes (One

Technical and One Financial offer) in the same format as mentioned in this document. Rest

of the process except eligibility evaluation will be followed as per this document and RI

will be declared with lowest financial bid. In case, the price of RI declared through techno­

commercial offer through the process in this clause is more than 2.5% lower the rates

(quoted during the process in this clause) of RC LI declared through this bid (successful

bidder), RI will be given the order. Otherwise, RC LI will be given opportunity to match

the RI price. In case, the RC LI bidder matches the prices, the order will be placed on RC

LI otherwise the order will be placed on RI. In case of very high volumes, HPSEDC (in

consultation with concerned department) may share the order in amongst RC LI and RI, in

60:40 ratio.7) Any prospective bidder can procure the Tender Document from the "H.P. STATE

ELECTRONICS DEVELOPMENT CORPORATION LTD., FIRST FLOOR, I.T.

BHAWAN, MEHLI, SHIMLA-17I0I3, (H.P)". Tender can also be downloaded from

website http://www.hpsedc.inandhttps:/lhptender.gov.in.

The tender document will be available on all working days upto ,JIll/20I8 (upto 2:30

PM) on payment of Rs.SOOOI-(RupeesFive Thousand only) non-refundable, by demand

draft in favour of "HP State Electronics Development Corporation Ltd., Shimla" payable

at Shimla. If the tender document is downloaded from the website, the tender fee will have

to be deposited along with the bid as a separate bank draft. E-tenders will be uploaded on

HP Government e-Procurement portal https:/lhptenders.gov.in as well on HPSEDC

website www.hpsedc.in. Interested bidder can participate for all or any of the category of

equipmentslitems by procuring a single tender (i.e no separate tender cost has to be paid

for each category of items).

61PageH.P. State Electronics Development Corporation Ltd.

RFP for rate contractl procurement of UPS and Printers

3.)SCHEDULE OF THE TENDER PROCESS:

6. Bid validity period 120 days from the last date (deadline) forsubmission of e-Tenders.

7. Bid submission start date 05111/2018, (11:00 AM)

11. Venuel~'-:~~ J ..~~.!gI;~~~~~~~ '_~~lJ.:>~·:llhrt_c:t:l_~~~rs_._g~y_..~._~~

H.P. State Electronics DevelopmentCorporation Ltd., 1st Floor, LT. Bhawan,Mehli, Shimla-17101 H.P.~~~.~.....~,.~-

(i) Eligibility-cum-Technical Bids shall be opened initially and eligibility documentswill be evaluated.

(ii) Thereafter Technical Bids of Eligible Bidders shall be evaluated.(iii) Commercial Bids of Eligible and Technically qualified bidders will be opened

thereafter.** Any corrigendum, modifications, changes related to this tender before the day of bidsubmission shall be notified on website www.hpsedc.in or https://hptenders.gov.in only.

4) Notwithstanding anything else contained to the contrary in this Tender Document, the

Managing Director, H.P. State Electronics Development Corporation Ltd., Shimla reserves

the right to cancel/withdraw/ modify fully or partially the "Invitation for Bids" or to reject

one or more of the bids without assigning any reason and shall bear no liability whatsoever

consequent upon such a decision.

H.P. State Electronics Development Corporation Ltd. 71

RFP for rate contractl procurement of UPS and Printers

5. INSTRUCTIONS TO BIDDERS FOR ELECTRONIC TENDERING SYSTEM

5.1 Registration of bidders on e-Proeurement Portals-All the bidders intending to participate in the tender processed online are requiredto get registered on the centralized e Procurement Portal i.e.https:llwww.hptenders.gov.in. Please visit this website for more details. In case ofany problem in registration, please contact on toll free No. 1800-3070-2232, (Mob)7878007972& 7878007973.

5.2 Obtaining a Digital Certificate:5.2.1 The Bids submitted online should be encrypted and signed electronically with a

Digital Certificate to establish the identity of the bidder bidding online. TheseDigital Certificates are issued by an Approved Certifying Authority, by theController of Certifying Authorities, Government of India.

5.2.2 The bidders may obtain Class-II or III digital signature certificate from anyCertifying Authority or Sub-certifying Authority authorized by the Controller ofCertifying Authorities or may obtain information and application format anddocuments required for the issue of digital certificate from:

5.2.3 Bid for a particular tender must be submitted online using the digital certificate(Encryption & Signing), which is used to encrypt and sign the data during of bidpreparation stage. In case, during the process of a particular tender, the user loseshis digital certificate (due to virus attack, hardware problem, operating system orany other problem) he will not be able to submit the bid online. Hence, the users areadvised to keep a backup of the certificate and also keep the copies at safe placeunder proper security (for its use in case of emergencies).

5.2.4 In case of online tendering, if the digital certificate issued to the authorized user ofa firm is used for signing and submitting a bid, it will be considered equivalent to ano objection certificate/power of attorney Ilawful authorization to that User. Thefirm has to authorize a specific individual through an authorization certificatesigned by all partners to use the digital certificate as per Indian InformationTechnology Act 2000.

Unless the certificates are revoked, it will be assumed to represent adequateauthority of the user to bid on behalf of the company/firm in the department tendersas per Information Technology Act 2000. The digital signature of this authorizeduser will be binding on the firm.

5.2.5 In case of any change in the authorization, it shall be the responsibility ofmanagementl partners of the company/firm to inform the certifying authority aboutthe change and to obtain the digital signatures of the new person I user on behalf ofthe firm / company. The procedure for application of a digital certificate howeverwill remain the same for the new user.

5.2.6 The same procedure holds true for the authorized users in a private/public limitedcompany. In this case, the authorization certificate will have to be signed by thedirectors of the company.

5.2.7 Pre-requisites for online bidding:

H.P. State Electronics Development Corporation Ltd. 81

RFP for rate contract1 procurement of UPS and Printers

In order to bid online on the portal httpsv/www.hptenders.gov.in, the user machinemust be updated with the latest Java & DC setup. The link for downloading latestjava applet & DC setup are available on the Home page of the e-tendering PortaL

5.30nline Viewing of Detailed Notice Inviting Tenders (N.I.T.) :

The bidders can view the detailed N.LT and the time schedule (Key Dates) forall the tenders floated through the single portal e-Procurement system on theHome Page at brtpsv/www.hptenders.gov.in

5.4Download of Tender Documents:

The tender documents can be downloaded free of cost from the e-Procurementportal httpsv/www.hptenders.gov.in and www.hpsedc.gov.in.

5.5Key Dates:

The bidders are strictly advised to follow dates and times as indicated in theonline Notice Inviting Tenders. The date and time shall be binding on allbidders. All online activities are time tracked and the system enforces time locksthat ensure that no activity or transaction can take place outside the start and enddates and the time of the stage as defined in the online Notice Inviting Tenders.

5.6Bid Preparation (Qualification & Financial)

5.6.1Payment of Tender Document Fee& EMD of online Bids: The payment for Tenderdocument fee and EMD can be made as mentioned in Section 3, at Sr. No.1 andZof the Table.

5.6.2The bidders shall upload their eligibility and technical offer containing documents,qualifying criteria, technical specifications, schedule of deliveries, and all otherterms and conditions except the rates (price bid).

5.6.3The bidders shall quote the prices in price bid format only.

5.6.4If bidder fails to complete the Online Bid Preparation at Submission stage on thestipulated date and time, his/hers bid will be considered as bid not submitted, andhence not appear during tender opening stage.

5.6.5Bidders participating in online tenders shall check the validity of his/her DigitalSignature Certificate before participating in the online Tenders at the portalhttps:llwww.hptenders.gov.in.

5.6.6For help manual please refer to the 'Home Page' of the e-Procurement website athttps:llwww.hptenders.gov.in.• andclickontheavailablelink.Howto .. ?todownload the file.

91PageH.P. State Electronics Development Corporation Ltd.

RFP for rate contractl procurement of UPS and Printers

5.6.7Post registration, bidder shall proceed for bidding by using both his digitr,J.'certificates (one each for encryption and signing). Bidder shall proceed to selectthe tender he is interested in.

NB: Any changes/corrigendum/revised tender related to this Tender Document will bepublished on our website www.hpsedc.in and https://hptenders.gov.in. Therefore prospectivebidders are requested to see the updates on these websites regularly.

10lPage

5. A Bidder quoting for:Category-"A": The OEM or its bidder must have suppliec Copies of supply orders!minimum 500 number of Deskjet/Laser/ Dot-matrix Printers, satisfactory reports oflastScanners the last three years in Government!Semi Govt.. three years are to bePSUs! Autonomous bodies of Central! State Govt. provided and Form-rC"Category- "8": The OEM or its bidder must have suppliedminimum 500 number of UPS the last three years irGovernment/Semi Govt.l PSUs! Autonomous bodies 0Central! State Govt.

RFPfor rate contractJ procurement of UPSand Printers

SECTION 2

INSTRUCTIONS TO BIDDERSA- INTRODUCTION

2.1.Eligible BiddersSr. Pre- Qualification CriteriaNo.

1. The bidder should be registered under the Indian CompaniesAct, 1956! 2013 or Proprietors firm! Partnership Firms (LLP)registered under LLP Act 2008 or subsequent amendments.Thereto having valid Government licence and GSTN

2. (i) Tender Document Fee in favour of Managing Director,H.P. State Electronics Development Corporation, LT.Bhawan, Mehli, Shimla-13.

(ii) Earnest Money Deposit (EMD) in the shape of DemandDraft! Bank Guarantee! Pledged FDR valid for 180 days infavour of Managing Director, H.P. State ElectronicsDevelopment Corporation, LT. Bhawan, Mehli, Shimla-13.

3. The Bidder should have a valid GST Number, PAN NumberandPF code.

4. A Bidder should be Original Equipment Manufacturer (OEM)or Authorised Principal National Distributor! Importer! largeScale system integrator duly authorised by the OEM (OriginalEquipment Manufacturer) of the required equipmentsrespectively. It will, however be, preferred that the OriginalEquipment Manufacturers (O.E.M.) quotes directly.

H.P. State ElectronicsDevelopmentCorporation Ltd.

~ V

Required details to beaccompanying the BiddocumentMemorandum ofAssociation (MoA),Articles of Association(AoA) of bidder anddetailed profile of theCompany! Firm!Government Licenseand GSTN forproprietors(i) Demand Draft (DD) ofRs. 5000/- (Rupees FiveThousand only)(ii) Earnest MoneyDeposit (EMD) asmentioned in clause 2.10

Relevant RegistrationCertificates (copies to beenclosed)Authorization letter fromOEM in format given atPerforma-A, In caseOEM not biddingdirectly.

11 I

RFP for rate contractl procurement of UPS and Printers

6. For Category-"A" and "B": The average annual turnover of Audited Balance sheet~the OEM whose equipment's! systems! Items are sought to be from company Statutorysupplied should Rs.200 Crores during last 3 years as per Auditor/ CA from OEMaudited balance sheets. & financial data of the

last three years in theformat given in Proforma'B'

linkages.

7. For Category-"A" and "B": The average annual turnover ofthe bidders should be Rs. 2 Crores during last 3 years as peraudited balance sheets.

Audited Balance sheetsfrom company StatutoryAuditor/ CA from OEMand Bidder & financialdata of the last threeyears in the format givenin Proforma-'B'Supporting financialdocuments!Balancesheet! certificate fromcompany's StatutoryAuditor! CA.

8. The bidder should either have positive Net worth in last threeyears or should be a profit making Company! firm in any twoyears during the immediately preceding last 3 financial yearsas per audited balance sheets.

9. The OEM! bidder should have ISO 9001:2008 or any Certificate of each typeother equivalent or better quality certification; from the certifying

organizations.

/

10. OEM Toll Free Help-desk facilities should be alreadyavailable during working hours (9 to 6 PM and from Mondayto Saturday). The bidder and OEM should have its ownwebsite having product related information (for OEM) andsupport related information (for both bidder and OEM).

11. The Bidder should not have been declared ineligible at thetime of bid submission and at the time of placing of supplyorder due to corrupt and fraudulent practices with any of thedepartments of the Central, State Governments Deptt. andPSUs of Central/ State Govt.

H.P. State Electronics Development Corporation Ltd. )~~y

Contact information andavailability hour'sdetails.Provide detail of web

Certificate from theauthorized signatoryprescribed in Form-E &Declaration in Form 'E'that the Bidder has notbeen debarred!blacklisted by anyreputed Government/Semi-Governmentorganisation for qualityof services!product andthat there is no majorcomplaint against thequality of service/products by anyorganisation mentionedin this clause.

12IPage

RFP for rate contractJ procurement of UPS and Printers

1~2. The Bidder should have deposited the cost of Tender Receipt/ Copy of thedemand draft! Documentrelated to BG should beuploaded.

13. The bidder should have submitted the EMD as mentioned in Receipt/Copy of thethis RFP demand draftlBG should

be uploaded.

14. The bidder should have submitted the declaration of Declaration fromacceptance of terms and conditions of this RFP as per Form D Authorized Signatory as

per Form D of this RFP15. The Bidder should already have reasonable support base in this Supporting documents/

region. The Purchaser's discretion regarding reasonableness of certificate fromsupport base shall be final. It is clarified that this clause company's authorisedpertains to only the existing level of support. The actual signatory.support required to implement this arrangement has beendescribed in the relevant section.

.. . ...

131 Page~-

It is reiterated that Purchaser's declSlon regardmg BIdder's eligibility Will be final andbinding on all the Bidders.

The Bidder can choose to have a separate Authorised Service Provider (ASP). There is noturnover criterion for the ASP but it should provide the first level of OEM's supportwhich is fully backed up by the O.E.M. by means of a written understanding regardingmaintenance. However, the Purchaser shall have the final discretion in this regard and caneven ask for a trilateral agreement with the Bidder and the OEM in such cases to ensuretimely delivery and maintenance.

If the bidder happens to be a System Integrator (SI), should have a National presencebesides meeting the turnover criteria and having a sustained relationship with the O.E.M.in the past. The Bidder (or his OEM) must be able to establish his capability to executethe order(s) by showing satisfactory/ timely delivery, where similar numbers ofequipments and its allied accessories are involved.

2.2 Cost of Bidding:

2.2.1 The Bidder shall bear all costs associated with the preparation and submission ofits bid and H.P. State Electronics Development Corporation Ltd., Shimla (hereinafterreferred to as the 'Purchaser' or "HPSEDC" in short) will in no case be responsible orliable for these costs, whether or not the Bid is finally accepted.

H.P. State Electronics Development Corporation Ltd.

RFP for rate contractl procurement of UPS and Printers

B- TENDER DOCUMENT

2.3 Contents of Tender Document:2.3.1 This Tender Document comprises of the following Parts/ Sections.

Section-L: Invitation for e-Bids

Section-2 : Instructions to Bidders

Section-3 : General Conditions of The Tender & Contract

Section-4 : Technical Specifications and Maintenance Conditions

Section-5 : Technical Specifications & Annexures.2.4 The Bidder is expected to examine the Tender Document carefully. Failure to

furnish all information required as per the Tender Document may result in therejection of the Bid.

2.5 Clarification regarding Tender Document:2.5.1 The clarifications/ changes in tender document! corrigendum can be uploaded

upto 3 days before the bid-submission date.

2.6Amendment of Bids:2.6.1Bids once submitted cannot be amended. However, in some circumstances (such

as major anomaly in the technical specifications having a major impact on

pricing), the Purchaser may decide to take fresh bids from all the Bidders before

actually opening of the Commercial Bids.

2.6.2In order to afford prospective Bidders reasonable time to make amendment in

their bids, the Purchaser may, at his discretion, extend the deadline for the

submission of bids. However, no such request in this regard shall be binding on

the Purchaser.

C - PREPARATION OF BIDS2.7Language of Bid & Correspondence:

2.7.1 The Bid will be prepared by the Bidder in English language only. All thedocuments relating to the Bid (including brochures) supplied by the Biddershould also be in English and the correspondence between the Bidder &Purchaser will be in English Language only. The correspondence by Fax / E­mail must be subsequently confirmed by a duly signed copy' (unless alreadysigned digitally).

2.8 Documents comprising of Bid:

The Bidder will prepare the bid in two parts.

I. FEE-ELIGIBILITY CLAIM-CUM-TECHNICAL BID:In support of his eligibility cum technical bid, a Bidder must submit/upload the relevant documentsstrictly in accordance with Proforma B marked with page numbers on e-portal https:llhptenders.gov.in.

14 I P age

RFP for rate contractJ procurement of UPS and Printers

Packet-I (Fee/other Eligibility Documents/Technical) (to be uploaded in Packet-Ion e­procurement portal)

II. TECHNICAL BID:This part of the Bid must comprise of the following documents to be uploaded inPacket-Ion the e-procurement portal:

(i) Number and value of UPS AND PRINTERS supplied during the last three years

in the Performa given in Performa 'C'.

(ii) Certificates regarding satisfactory installation and after sales support at least

from five prominent customers i.e. Government! Semi Govt./ PSUs/

Autonomous bodies of Central/ State Govt., described in Performa 'C'.

(iii) Documentary proof for establishing the capability of the Bidder (or his OEM)

to execute various order to be placed by Customers by showing satisfactory/

timely supply and after sale support installation for these supplied equipments,

where similar number (as mentioned in bracket) of UPS AND PRINTERS / IT

equipments are involved in supply orders.

(iv) Compliance Sheets for the products quoted by the Bidder, along with copies ofrequisite certifications mentioned in the compliance sheets.

(v) Product catalogues of quoted items revised upto date. If some product up

gradation has taken place smce the printing of the brochures, latest

authenticated releases/ bulletins must be enclosed and also indicate website

151Page

y

links of the OEM & bidder.

(vi) Benchmarking Report of the product done by a technically reputed organisation

regarding overall performance of the product.

(vii) Competitive advantages in terms of features.

III. COMMERCIAL BID:Commercial Bids of only eligible and technically qualified bidders will be opened as

per the date notified by the purchaser on its website (www.hpsedc.in and

https://hptender.gov.in). Those technically qualified bidders which have also deposited

the tender cost and Bid Security shall be termed as Substantially Responsive (i.e.

eligible and technically qualified and have also deposited Bid Security & tender cost).

The Tender Committee's determination of a Bid's responsiveness is to be based on the

contents of the Bid itself and not on any extrinsic evidence. However, while

determining the responsiveness of various Bidders, the Tender Committee may waive

H.P. State Electronics Development Corporation Ltd.

RFPfor rate contractl procurement of UPSand Printers

off any minor infirmity, which does not constitute a material deviation. The decision oJ.,;.

the Tender Committee in this regard shall be final.

The bidder has to submit their Commercial Bids online as per BOQ in Packet-2 on

the e-procurement portal.

(i)Sample BOQ 1Price Bid will be as per Schedule I.

2.9 Bid Currencies:2.9.1Prices shall be quoted in Indian Rupees.

2.9.2The contract price shall be paid in Indian Rupees.

2.10 Bid Security:2.10.1The Bidder shall furnish Bid security, as part of its bid as mentioned hereunder.

Any bid submitted without bid security or with the lesser bid amount, asindicated below may be rejected being non-responsive.

Sr. Equipment types Bid security amount in Rupees.No.

1. Printers and Scanners Rs. 2,00,0001- (Rupees two lakh only).

2. UPS Rs. 2,00,0001- (Rupees two lakh only).

2.10.2TheBid Security is required to protect the Purchaser against the risk of Bidder's

conduct which may require forfeiture of security pursuant to Para 2.10.8.

2.10.3.The Bid Security shall be in the shape of Demand Draft! Bank Guarantee or

Pledged FDR (as per prescribed format at Annexure-4) in favour of "M.D., H.P

State Electronics Development Corporation Ltd., Shimla" Payable at Shimla.

2.10.4Any bid not secured in accordance with Para 2.10.1 and 2.10.3 will be rejected

by the Purchaser.

2.10.5UnsuccessfulBidders' Bid Security will be refunded as promptly as possible.

2.10.6The successful Bidder's bid-security will be discharged upon the Bidders

executing the contract and furnishing the performance security in accordance

with Para 3.5.1.

2.10.7No interest will be payable by the Purchaser on the above mentioned BidSecurity.

2.10.8TheBid Securitymay be forfeited:

161 PageH.P. State Electronics Development Corporatio

RFP for rate contractl procurement of UPS and Printers

l.If a Bidder withdraws its bid during the period of bid validity specified by the

bidder and required by the Purchaser.

2.During the tenderingprocess, if a Bidder indulges in any such activity as wouldjeopardise or unnecessarily delay the tender process. The decision of thePurchaser regarding forfeiture of the Bid SecuritylEMDshall be final &

shall not be calledupon questionunderany circumstances.

3.In the case of a successful Bidder, if the Bidder fails,

(irto sign the contract by raising issues contrary to the provisions of theRFP or the Bid or undertakings given during evaluation of bids,or

17 I P age

(ii)to furnish Performance Security or

(iii)Violates any of such important conditions of this tender document or

indulges in any such activity as would jeopardise the interest of the

Purchaser. The decision of the Purchaser regarding forfeiture of the

Bid Security shall be final & shall not be called upon question

under any circumstances.

2.11 Period of validity of Bids:

2.11.1For the purpose of placing the order, the Bids shall remain valid for at least 120

days after the date of bid opening. A bid valid for a shorter period may be

rejected by the Purchaser as being non-responsive. During the period of validity

of Bids, the rates quoted shall not change. However, in case of general fall in

prices of a product in the IT/ Electronics Industry before despatch of goods,

such a reduction shall be passed on to the Purchaser after mutual negotiations.

2.ll.2In exceptional circumstances, the Purchaser may ask for extension of the period

of validity and such a request shall be binding on the Bidder. The Purchaser's

request and the response to such a request by various Bidders shall be in writing.

A Bidder agreeing to such an extension will not be permitted to increase itsrates.

D-SUBMISSION OF BIDS2.12 Submission of Bids:

2.12.1 Bidder(s) shall submit their bids only on online e-procurement portalwww.hptenders.gov.in. All the instructions regarding e-bids submission arealso available on www.hptenders.gov.in.

H.P. State Electronics Development Corporation Ltd.

RFP for rate contractl procurement of UPS and Printers

2.12.2 The Bidder shall also submit one hard copy of the Eligibility Claim-cum,Technical Bid as uploaded on the e-tender portal duly sealed and stamped inHPSEDC on or before opening of tenders/ bids. The original DD/ BG ordocuments related to tender cost and bid security should be deposited inHPSEDC on or before the last date and time for bid submission.

2.12.3 Every envelop and forwarding letter of various parts of the Bid shall beaddressed as follows:

The Managing Director,H.P. State Electronics Development Corporation Ltd., First Floor,IT Bhawan, Mehli, Shimla-171013.

2.13. Deadline for Submission of Bids:2.13.1 Bids will be online submitted/uploaded on e-procurement portal

https://hptenders.gov.in on or before the deadline mentioned on the e-portal.

2.13.2 The Purchaser may, at its discretion, extend this deadline as per Para 2.6.2. ThePurchaser may also extend this deadline for any other administrative reason.

2.14. Bids not submitted online:2.14.1 Any bid not submitted/uploaded through e-portal will not be received by the

Purchaser after the deadline for submission of bids prescribed by the Purchaser,as per clause 2.13.1 or 2.13.2, will be rejected.

2.15 Modification and withdrawal of Bids:2.15.1 E-bids can be modified upto last date & time has not been closed by e­

procurement system.2.15.2 E-Bids cannot be withdrawn in the interval after its submission of bids and before

the expiry of Bid's validity specified by the Purchaser. Withdrawal of Bid duringthis interval may result in the forfeiture of Bidder's Bid security pursuant to clause2.10.8.

H.P. State Electronics Development Corpor tion Ltd. 181Page

191Page

RFPfor rate contractl procurement of UPSand Printers

E-BID OPENING AND EVALUATION2.16.Opening of bids by Purchaser:

2.16.1 The e-Bids shall be opened on the date and time already described in the

tender/e-portal or on any other later day and time fixed as per Para 2.6.2 or

other enabling provisions in this behalf, in H.P State Electronics Development

Corporation Ltd, First Floor, IT Bhawan, Mehli, Shimla-13 (H.P.) in the

presence of representatives of the Bidders who may choose to attend the

proceedings. The representatives of Bidders will sign a register in evidence of

their presence.

2.16.2 In order to assist in the examination, evaluation and comparison of Bids, the

Purchaser may at its discretion ask the Bidder for a clarification regarding its

Bid. The clarification shall be given in writing, but no change in the price or

substance of the Bid shall be sought, offered or permitted.

2.16.3 In the first instance, Eligibility bid documents uploaded on the e-portal will be

opened and evaluated for eligibility of each Bidder will be ascertained.

Technical Bids of only those Bidders shall be evaluated who are found to be

eligible as per the criteria laid down in para 2.2.11 2.8 (I) and submitted bid

security and tender cost as per Para 2.10. In doubtful cases (where further

documents or clarification are required to establish eligibility), the Purchaser in

its discretion, may decide to open/evaluate Technical Bid. However, such Bids

can be rejected subsequently, if it is found that the bidder has claimed eligibility

on false grounds.

2.16.4 The Technical e-Bids of only the Eligible Bidders will be opened and the

contents (particularly Compliance Sheets) will be announced! displayed in the

presence of all Bidders or their representatives.

2.16.5. Scrutiny of Technical Bid:The product proposed in the bid document of only eligible bidders will be

evaluated as per the requirements specified in the RFPI Tender Document. The

"Compliance Sheets" submitted by the Bidders shall be compared against the

Product Catalogue and authenticated circulars regarding latest changes in the

specifications. It will thus be ascertained whether the product offered by the

Bidder matches with the minimum requirement of the Purchaser as given in the

Technical Specifications in this Tender Document. In case of a doubt the

H.P. State Electronics Development Corporation Ltd.

RFPfor rate contractl procurement of UPSand Printers

Purchaser may require the bidder to produce the quoted equipment for physical<;

inspection and demonstration, so that components could be seen to ascertain

the veracity of the Bidder's claim about specifications.

The Tender Committee may undertake oral and or written clarifications with

the bidders. The primary function of clarifications in the evaluation process is

to clarify ambiguities and uncertainties arising out of the evaluation of the bid

documents. The financial bids of only eligible and technically qualified bidders

will be opened for further processing. It is, however, clarified that subject to

other provisions of this document, every bidder will have to fulfil the minimum

technical specifications laid down in this document for being qualified

technically. In order to assist in the examination, evaluation and comparison of

Bids, the Tender Committee may at its discretion ask the Bidder for a

clarification regarding its Bid. The clarification shall be given in writing

immediately, but no change in the price shall be sought, offered or permitted.

The Technical e-Bids of only the Eligible Bidders will be opened and the

contents (particularly Compliance Sheets) will be announced in the presence of

all Bidders or their representatives. An open discussion regarding technical

parameters quoted by various Bidders may also take place, if required. The

Compliance/ Deviation statement submitted by the Bidders shall be compared

against the Product Catalogues and authenticated circulars regarding latest

changes in the specifications. It will thus be ascertained whether the product

offered by the Bidder matches with the minimum requirement as given in the

Technical Specifications in this Tender Document. The Financial Bids of only

those eligible and technically qualified bidders will be opened who also fulfil

minimum technical requirements mentioned in this document. However, the

Tender Committee reserves the right of giving minor relaxation, if a particular

Bidder is not able to exactly match the specifications given in the Tender

Document, provided that such a minor deficiency does not substantially reduce

the performance level and is suitably compensated by some extra feature in the

product. Therefore, all Bidders must indicate in the CompliancelDeviation, if

any, in Schedule III, extra features offered by them. Similarly, the Tender

Committee can give any other such minor relaxation, which does not change

substance of the bid or does not prejudice the bid process from the point of

20 I P age

RFP for rate contract/ procurement of UPS and Printers

, view of equity and fair play. The decision of the Tender Committee about

giving minor relaxation shall be final and shall not be called upon question

under any circumstances.

The commercial Bids of only those bidders will be opened who fulfils the

minimum technical requirements of the purchaser and are found substantially

responsive as per Para 2.8 (II) read in conjunction with other relevant

clauses/Forms. However, the Purchaser reserves the right of giving minor

relaxation, if a particular Bidder is not able to exactly match the specifications

given in the document, provided that such a minor deficiency does not

substantially reduce the performance level and is suitably compensated by some

extra feature in the product. Therefore, all Bidders must indicate in the

Compliance Sheets, deviations, if any, extra features offered by them. The

decision of the Purchaser about giving minor relaxation shall be final and shall

not be called upon question under any circumstances.

v 21 I P age

~

The evaluation committee, if so desire may ask for the demonstration of the

quoted solution/products, for which sufficient time will be given for arranging

demonstration.

2.16.6. Opening of Bid Security:

The document containing bid security will be opened and checked at the time of

determining eligibility of the bidders at the time of eligibility bid opening.

2.16.7. Opening of Commercial Bids of substantially Responsive Bidders:

The Commercial Bids of only those Bidders will be opened who are found

substantially responsive. A Substantially Responsive Bidder is one which

conforms to all the stipulations of para 2.8 (II and III) read with para 2.16.6

above. The Purchaser's determination of a Bid's responsiveness is to be based

on the contents of the Bid itself and not on any extrinsic evidence. However,

while determining the responsiveness of various Bidders the Purchaser may

waive off any minor infirmity, which does not constitute a material deviation.

The decision of the Purchaser in this regard shall be final.

2.16.8 A Bid determined as not substantially responsive will be rejected by the

Purchaser. Such a Bid will not be normally allowed to be made responsivesubsequently by way of correction/ modification.

2.17. Evaluation and Comparison of Commercial Bids:

H.P. State Electronics Development Corporation Ltd.

RFP for rate contractl procurement of UPS and Printers

2.17.1 The comparison of Commercial Bids shall be done as follows:

2.17.2 Bid Comparison:The Bidders are required to complete their Commercial Bid! BOQ in Schedule-I.Initial evaluation! comparison of items within a Category given in the TenderDocument will be done as per clause 2.17.3.

2.17.3. Item Rate:

Item Rate for each item will be calculated as under;

Item Rate = FOR Destination Unit Price of the Item under a categoryincluding installation charges (if any) with One years warranty inclusive GSTof the Item in a Category.

Note 1 :The Bidder shall not quote prices subject to certain conditions. Bids containing anyconditional prices may be rejected or the Purchaser may take a final decision in itsdiscretion about such conditionality.

2.18. RANKING OF BIDDERS:2.18.1. Bidders will be ranked in the inverse order of Item Rate in the Category. The

criterion for selection of lowest Bidder (L1) for individual items in allcategories.

2.18.2 Reduction in StatutoryDuties and Levies:

If any reduction in taxes takes place after opening the commercial bids, but

before despatch of goods; the Successful Bidder shall pass on the proportional

benefit to the Purchaser. However, if any such reduction takes place after the

opening of bids but before the finalisation of tender, revised sealed commercial

bids shall be taken.

2.19. NEGOTIATIONS:2.19.1 The Purchaser may finalise the Tender & award the Contract without any

negotiations, if it is satisfied with reasonableness & workability of the lowest

offers. Therefore, the bidders are advised to quote lowest possible rates in the

first instance only. In case of negotiation, that shall be held with Lowest Ranked

(Ll) bidder only for a particular item in the Category. The purchaser has the

discretion to have rate contract for more than one eligible and technically

qualified bidders.

2.19.2 During the negotiations a revised offer will be taken from the representative of

the Bidder by way of sealed bids. This revised offer will replace/supersede the

earlier Technical & Commercial Bid, provided that the original offer (i.e.

;_:;:=csDyr~rntiOnLtd.y 221 Page

RFP for rate contractl procurement of UPS and Printers

Technical/ Commercial) will not be allowed to be changed to the detriment of

the Purchaser, as far as rates of every individual item & terms/ conditions are

concerned. Therefore, the Bidders are advised to send sufficiently seruor

representatives (who can take spot decisions) for negotiations.

2.19.4 During the negotiations on prices & other related terms/conditions, prevalent

worldwide street-prices of such product, prices finalised in bids of similar size

on GEM portal/Other State Government Rate Contract etc. will be kept in mind.

The scope of negotiations may also include precise modus-operandi of after­

sales service, mode of delivery, system integration and price of add-ons &

consumables etc.

H.P. State Electronics Development Corporation Ltd. 23 I P age

2.19.5 During the negotiations, the Purchaser may even go in for marginally higher or

lower configurations as per its absolute discretion.

2.19.6 After this final ranking is done based on negotiated prices, award of rate

contract will be made to the lowest Bidder, subject to post qualification in Para

2.20 below.

" 1'h-\- ijVi

RFPfor rate contractl procurement of UPSand Printers

F - AWARD OF CONTRACT2.20 Post Qualification:

2.20.1 HPSEDC will devise a performance criteria in consultation with successfulbidders which will include online after sales feedback from the Governmentdepartments. The lowest Bidder can be denied the right of continuing with thecontract, if the equipment being supplied by him, fails the standard performancecriteria. In such an event, the next lowest bidder (L-2) shall be considered.

2.21 Purchaser's right to vary Quantities:2.21.1 The Purchaser reserves the right to place the supply received from various

Government departments/ Govt. Institutions/ Autonomous bodies on theapproved vendors during the currency of the rate contract.

2.22 Purchaser's Right to accept any Bid and to reject any or all Bids:2.22.1 Notwithstanding anything else contained to contrary in this Tender Document,

The Purchaser reserves the right to accept or reject any Bid or to annul thebidding process fully or partially or modifying the same and to reject all Bids atany time prior to the award of Contract, without incurring any liabilities in thisregard.

2.23 Notification of AwardlRate Contract:2.23.1 Prior to the expiry of the period of Bid validity, the Purchaser will notify the

successful Bidder in writing by speed post or Fax or email that his Bid has beenaccepted.

2.23.2 The liability of the supplier(s) to deliver the Goods and perform the services willcommence from the "date of Notification of AwardlRate Contract". TheDelivery Period shall be counted from the date of 'Placing the Supply Order'.The "date of delivery" shall be the date on which the equipment / material isreceived at the destinations.

2.23.3Upon the successful Bidders' furnishing of performance security, the purchaser

will promptly notify each unsuccessful Bidder and will refund his Bid Security.

2.24Signing of Contract:

2.24.1After the Purchaser notifies the successful Bidder(s) that his 'Bid' has been

accepted, the Purchaser will sign an agreement (described as Contract herein

after) within 10 days with the successful Bidder on mutually agreed terms for

efficacious implementation of the order.

2.24.2The Purchaser's liability of taking the goods from the selected supplier(s) shall

commence only from date of signing the date of the Contract.

24 I P age

RFP for rate contract/ procurement of UPS and Printers

j SECTION-3

GENERAL CONDITIONS OF THE TENDER &CONTRACT3.1 Definitions:

3.1.1In this part, the following interpretation of terms shall be taken:

(a) "The Contract" means an agreement regarding supply of the goods & provision of

services entered into between the HPSEDC and the Supplier, as recorded in the

Contract Form signed by the parties, including all appendices thereto and all

documents incorporated by reference therein.

(b) "The Contract Price" means the price payable to the Supplier under the Contract for

the full and proper performance of its contractual obligations.

c) "The Goods" means all the equipment and/or other material, which the Supplier is

required to supply to the Purchaser under the Contract.

d) "Services" mean services ancillary to the supply of the Goods, such as

transportation and insurance, and any other incidental services, such as installation,

commissioning, training, maintenance and other such obligations of the Supplier

covered under the Contract.

e) "The Purchaser" means the H.P. State Electronics Dev. Corporation Ltd" or

"HPSEDC" in short.

25 I P age

f) "The Supplier", means short listed Bidder supplying the goods and services underthis Contract.

g) "End User" means various Government Departments, Boards, and Corporation etc.

in the State of Himachal Pradesh.

Note: The aforesaid definitions will be valid with respect to one or more Suppliers short-listed to

execute the Project. Services to be executed by each Supplier have been explained in detail

in this TenderDocument.

3.2. Application:

3.2.1 These General Conditions shall apply to the extent that these are not superseded

specific by provisions in other parts of this tender document. A detailed Contract

agreement shall be signed after the order is placed. Detailed provisions of such a

contract-agreement shall have an over-riding effect vis-a-vis this TenderDocument.

3.3 Standards:

H.P. State Electronics Development Corporation Ltd.

RFP for rate contractJ procurement of UPS and Printers

3.3.1 The goods supplied under this Contract shall conform to the standards mentioneds

in the Technical Specifications and the latest improvements incorporated after the

finalisation of contract, but before the dispatch.

3.4 Patent Rights of the Goods:

3.4.1 The Supplier shall indemnify the Purchaser against all third party claims of

infringement of patent, trademark or industrial design rights arising from use of the

goods or any part thereof in India.

3.5 Performance Security:3.5.1 Performance Security for delivery/ installation and maintenance during warranty

period.

3.5.2 Within 10 days of 'Notification of Award of the Rate Contract', the successful

bidder/Supplier shall initially furnish a lumsum Performance Bank Guarantee/

FDR Security to the Purchaser valid for 39 months to safeguard the purchaser

against timely delivery/installation and maintenance of ordered equipments during

the currency of the contract. This will be further renewed for 39 months to ensure

the after sale support of equipments supplied under the contract are under

warranty. The Performance Security to be deposited is as under:

(1) Printers and Scanners : Rs 2 Lakh (Rupees two Lakh)

(2) Ups : Rs. 2 Lakh (Rupees two lakh)

The OEMs are encouraged to bid directly. However, in case, the OEM is not

bidding directly, the 50% amount of PBG or sign a tripartite agreement with

HPSEDC alongwith bidder in case 100% PBG is to be submitted by the bidder of

the equipment in each category with the same terms.

The purchaser may ask for additional Performance Security as PBG/ FDR for same

value, if at any point of time 5% value of supplies made by the successful bidder

are more than the already submitted Performance Security.

3.5.3 The proceeds of the Performance Bank Guarantee/ additional Performance Bank

Guarantee/ FDR as Security shall be payable to the Purchaser as compensation for

any loss resulting from the Supplier's failure to complete his obligations under the

Contract. The Purchaser may claim such compensation in addition to initiating any

other legal proceedings.

26 I P age

RFP for rate contract! procurement of UPS and Printers

.,j 3.5.4 The Performance Bank Guarantee/ FDR shall be given in one of the following

forms:

An irrevocable and unconditional Bank Guarantee in favour of the Purchaser

issued by a Nationalised/schedule bank in a format given by the Purchaser/ or by

way of pledged FDR. This Bank Guarantee should be of a sufficient duration to

cover the risk ofthe Purchaser.

3.5.5 The Performance Bank Guarantee/ FDR, regarding delivery & installation will be

discharged by the Purchaser and returned to the Supplier not later than 30 days

following the date of completion of the Supplier's performance related obligations,

under the Contract (excluding after sales maintenance for which separate

performance guarantee has been taken).

3.6 Inspections and Tests:

3.6.l The Purchaser or its representative shall have the right (if it so desires) to test the

goods to ascertain their conformity to the specifications. The Purchaser shall notify

to the Supplier in writing of the identity of the representative deputed for this

purpose & nature of tests that may be conducted (if found necessary) for bench­marking.

3.6.2 The inspections and tests may be conducted in the factory premises of the Supplier.

All reasonable facilities and assistance including access to drawings and

production data shall be furnished to the inspecting officers at no charge to the

Purchaser. The Contractor shall inform the Purchaser in advance the time of

starting of manufacture and the progress of manufacture of the equipments offered

by him so that arrangements can be made for inspection at the premises, if so

desired by the purchaser.

3.6.3 Should any inspected or tested Goods fail to conform to the Specifications, the

Purchaser may reject them and the Supplier shall either replace the rejected goods

or make all alterations necessary to meet specification requirements to the

Purchaser.

3.6.4 If the Purchaser decides to conduct the inspection at supplier's premises as per

clause 3.6.l to 3.6.3, no material being furnished against this specification shall be

dispatched until inspected and approved by the Purchaser/ or his representative.

Such inspection and approval will not relieve the Contractor of full responsibility

for furnishing equipment conforming to the specifications nor will it prejudice any

claim, right or privilege which the Purchaser may have on account of any loss

27 I P age

~

H.P. State Electronics Development Corporation Ltd.

RFP for rate contractJ procurement of UPS and Printers •sustained by it due to defective or unsatisfactory equipment supplied by the\

contractor. Should the inspection be waived off by the Purchaser, such waiver shall

not relieve the contractor in any way from his contractual obligations.

3.6.5 The sample of the proposed Equipment, if desired by the purchaser, to be supplied

for approval/testing.

3.6.6 Bidder has to provide the required drivers etc. if essentially required for the quoted

equipment/peripherals being supplied.

3.6.8 Bidder has to provide necessary support by providing required drivers for

connecting the hardware devices being used at the user site. All these drivers

should be freely available on the OEM website for which necessary links may be

provided.

3.6.9 Bidder has to install the patches/upgrades during warranty period at no extra cost.

3.6.10 GUI tools for configuring devices with Multilingual support for Hindi.

3.6.12 Bidder should provide service maintenance of System Software / driver software

up-gradations, installing patches etc., at no extra cost during the warranty period.

3.6.13 All drivers patches required at site are to be arranged by the supplier and should be

available on the website ofthe respective OEM.

3.16.14 The Supplier of software items shall depute its technical person, if end user is

facing problem in installation/working of software. On-line support will be made

available without any charges to end user.

3.7 Packing Delivery& Documentation:3.7.1 The supplier shall provide such packing as is required to prevent damage or

deterioration of the goods during transit to their final destination as indicated in the

Contract. The packing shall be sufficient to withstand, without limitations, rough

handling during transit and exposure to extreme temperatures and precipitation

during transit and open storage. The Supplier shall be responsible for any defect in

packing.

3.7.2 The packing, marking and documentation within and outside the packages shall

comply strictly with such special requirements as will be specifically provided for

in the contract.

3.7.3 Delivery of the goods and associated documentation will be done in such manner

as may be prescribed by the Purchaser in the Contract.

28 I P age

-1/f.

RFP for rate contract! procurement of UPS and Printers

3.8 Insurance:

3.8.1 The Goods supplied under the Contract shall be fully insured against loss or

damage incidental to manufacture or acquisition, transportation, storage and

delivery.

3.8.2 The supplier will indemnify the Purchaser from all responsibility of compensation

etc. caused by third party injury including death while he is discharging his duties

under the contract.

29 I P age

3.9 Transportation:

3.9.1 The entire cost of carriage/transportation from the port of discharge to the

destination shall be borne by the Supplier.

3.9.2 Where the Supplier is required to affect delivery to some other address within

Himachal Pradesh, the supplier shall be required to meet all transport and storage

expenses until delivery is completed.

3.10 Literature and Instruction:

3.10.1 Each supplied equipments packing box must contain copy of illustrated literature

and instruction books regarding the installation, handling, maintenance and use of

the Goods at each station shall be supplied by the supplier as part of the Contract

price before dispatch of the first assignment.

3.11 Payment:

3.11.1 100%payment shall be released only after delivery/ execution of complete ordered

quantity (100% payment cannot be claimed against partial delivery). For release of

100%payment revolving B.G. of Rs. 2 lakh valid for three year to cover supply of

items costing upto Rs. One Crore. For subsequent supply, proportionate revolving

BG have to be submitted.

3.12 Prices:

3.12.1 Subject to the provision to Rule 2.11.1, the prices charged by the Supplier for

Goods delivered and services performed under the Contract shall not vary from the

prices quoted by the Supplier in his Bid. But in case of global or national fall in

prices of a product in IT/Electronics industry due to a change in Government

Policy or otherwise, such a reduction shall be passed on to the Purchaser after

mutual negotiations.

3.12.2 There shall be no effect of the exchange rate variation etc., on the rates to be

quoted by the Vendor during one year period.

H.P. State Electronics Development Corporation Ltd.

RFP for rate contract! procurement of UPS and Printers

3.13 Modification in the Order:

3.13.1 The Purchaser may at any time, by written order given to the Supplier make

changes within the general scope of the Contract in anyone or more of the

following:

(a) The specifications of the Goods

(b) The method of shipment or packing

(c) The service to be provided by the Supplier

(d) Quantity of goods

(e) Any other change that the purchaser may deem fit

3.13.2 If any such change causes an increase or decrease in the cost of, or the time

required for the Supplier's performance of any part of the work under the Contract,

an equitable adjustment shall be made in the Contract price or delivery Schedule,

or both, and the Contract shall accordingly be amended. Any claims by the

Supplier for adjustment under this clause must be put forth within 30 days from the

date of the Supplier's receipt of the Purchaser's change order.

3.14 Subcontract:

3.14.1 The Supplier shall not assign in whole or in part, its obligations to perform under

the Contract, except with the Purchaser's prior written consent.

3.14.2 The Supplier shall notify the Purchaser, in advance in writing, of all sub-Contracts

awarded under the Contract if not already specified in his bid. Such notification, in

his original bid of later (even if with prior approval of Purchaser) shall not relieve

the Supplier of any liability or obligations under the Contract.

3.14.3 Subcontractsmust comply with the provisions of the clause 2.3.

3.15 Delays in the Supplier's Performance:3.15.1 Delivery of the goods and the performance of services shall be made by the

Supplier in accordance with the time schedule specified by the Purchaser in the

Contract.

3.15.2 Any unjustifiable delay by the Supplier in the performance of his delivery

obligation may render the Supplier liable to any or all the following:

(i) forfeiture of its performance security,

(ii) imposition of liquidated damages @Rs 100/- per day per UPS AND

PRINTERS of the unfulfilled order. The maximum penalty will not exceed

30 I P age

RFP for rate contractJ procurement of UPS and Printers

10%of the equipment cost.

(iii) termination of the contract and risk purchase at Supplier's risk

(iv) initiation of any other legal proceedings.

3.15.3 The Supplier will strictly adhere to the time-schedule for the performance of

Contract. However, the Purchaser can relax this time limit in force majeure

conditions.

3.16 Termination for Default:

3.16.1 The Purchaser may without prejudice to any other remedy for breach of contract,

(including forfeiture of Performance Security) by written notice of default sent to

the supplier, terminate the Contract in whole or in part after sending a notice to the

Supplier in this regard.

(a)if the Supplier fails to deliver any or all of the goods within the time period(s)

specified in the Contract, or any extension thereof granted by the Purchaser

pursuant to clause 2.11.2, or

(b)if the Supplier fails to perform any other obligation under the Contract.

3.16.2 In the event the Purchaser terminates the Contract in whole or in part, he may

procure, upon such terms in such manner, as it deems appropriate, goods similar to

those undelivered, and the Supplier shall be liable to pay excess cost of such

similar goods to the Purchaser. This liability will be in addition to forfeiture of

performance guarantee and any other legal proceedings, which the Purchaser may

initiate as per Para 3.15.2.

3.17 Force Majeure:

3.17.1 Notwithstanding the provisions of the clauses 3.15 and 3.16, the Supplier shall not

be liable for forfeiture of its performance security or termination for default, or

payment of any damages, if and to the extent that his delay in performance under

the Contract is the result of an event of Force Majeure.

3.17.2 For purpose of this clause, Force Majeure means an event beyond the control of

the Supplier and not involving the Supplier's fault or negligence and not

foreseeable. Such events may include, but are not restricted to, acts of the

Purchaser either in its sovereign or contractual capacity, war, revolutions, fires,

floods, epidemics, quarantine restrictions and freight embargoes.

3.17.3 If a Force Majeure situation arises, the Supplier shall promptly notify the

Purchaser in writing or such conditions and the cause thereof. Unless otherwise

H.P. State Electronics Development Corporation Ltd.

;6\_ ~ V31 I P age

~

RFP for rate contract! procurement of UPS and Printers

directed by the Purchaser in writing, the Supplier shall continue to perform its,

obligations under the Contract, as far as reasonably practical, and shall seek all

reasonable alternative means for performance, not prevented by the Force Majeure

event.

3.18 Taxes and Duties:3.18.1Supplier shall be entirely responsible for payment of all taxes, duties and

levies, imposed up to/until the delivery point specified in the Contract. If there is a

reduction in any of the statutory duties and levies before the despatch of goods, the

benefit of the same will be passed on to the Purchaser.

3.19 Limitation of Liablitiy:

The liability of the supplier in respect of all claims under this tender including

penality for delay in delivery, services, liquidity damages etc. shall not exceed the

aggregate value of the goods and services supplied under this tender. Either party

shall not be liable for any claim made for any indirect, consequential or incidental

losses and indirect damages, costs or other expenses related thereto.

3.20Arbitration:

All disputes, differences, claims and demands arising under this tender shall be

refered to arbitration of a sole arbitrator to be appointed with mutual consent of

both the parties. All arbitration will be held in Shimla. If the parties cannot agree

on the appointment of the Arbitrator within a period of one month from the

notification by one party to the other of existence of any dispute and need for

appointment of an arbitrator. Further action will be taken in accordance with the

provisions of the Arbitration and Conciliation Act, 1996 and the award made under

this tender shall be final and binding upon the parties hereto, subject to legal

remedies available under the law.

32 I P age

RFP for rate contractJ procurement of UPS and Printers

SECTION-4

TECHNICAL SPECIFICATIONSAND MAINTENANCE CONDITIONS

4.1. SCOPE OF THE TENDER:

The successful Bidder(s) will provide the following services:

(i) Manufacture !Import (ii) Testing (iii) Supply (iv) Installation (v) After Sales

Service during warranty and Annual Maintenance period.

(i)Manufacture/Import.

The OEM! Bidder can manufacture the Goods in India or import the same (in full

or in parts) from any part of the world.

(ii) Testing.

Testing! Benchmarking as per requirement of the Purchaser and in such manner

and for such size of sample as may be prescribed subsequently may be got done as

a part of the Contract

33 I P age

~

(iii) Supply

The Goods need to be supplied F.O.R. as per the list of destinations to be supplied

at the time of signing the Contract.

(iv) Installation and Commissioning of UPS AND PRINTERS: The successful bidder

of respective equipments will do installation and ensure that the equipment

supplied works/run properly.

(v) After-Sales-Services

The Supplier will open Own!Authorised Service Centres at least in four locations

(Shimla, Mandi, Kangra and Hamirpur) in Himachal Pradesh for the maintenance

of UPS AND PRINTERS supplied under this tender. Similarly, the supplier shall

keep equipments as spare (as finalised of RC to be mutually decided), to provide

immediate replacement, with the service centre during the warranty period. It will

be desirable that minor functional problems of these equipments are taken care of

by the service centre only. In case of major & specific problems, respective

vendors will have to rectify the defect within the time-limits prescribed in Para

4.2.2 below, otherwise must have to replace with the new one.

4.2 AFTER SALES SERVICES:

H.P. State Electronics Development Corporation Ltd.

RFP for rate contract! procurement of UPS and Printers

4.2.1 ComprehensiveWarranty: .,The Supplier shall provide Comprehensive OEM warranty (including labour and

spares) for 36 calendar months. The warranty shall cover the System Software,

Labour and all the hardware parts including updationl upgradation (free of cost) of

the Operating System. An undertaking to this effect shall be given by the Bidder in

the Compliance Sheets. The supplier of Items shall ensure genuine add-ons items

& consumables for the items sold in the state for their own brand.

4.2.2Service Centre:

The Service Centres in the State shall be manned by qualified Engineers as per

Clause 4.1(v) above and one call coordinator. It will be equipped, with sufficient

inventory of spares as per ABC Analysis. The supplier will provide prompt after

sales support and shall attend any complaint not later than 24 hours. The minor and

major defects shall be rectified not later than 36 hours and 60 hours respectively. If

defect is not rectified within the time stipulated as above penalty as prescribed by

the Purchaser will be imposed. However, the penalty in such instances shall not

exceed 10% of the equipments cost against a non-attendance/ non rectification of

defects against a service call. The exact quantum of penalty per day/ week shall be

decided at the time of signing the contract. During the warranty period, this penal

clause will be enforced by ensuring that the supplier gives a Performance Security

by way of Bank Guarantee to the Purchaser.

4.2.3 Inventory of Spares:

An ABC analysis of inventory of spares shall be done by the Purchaser in

consultation with the supplier to ensure that all critical spares/ components apart

from the 1% inventory of new equipments for replacement purposes (if equipment

are beyond repair within 60 hours) are available with the Service Centres in

sufficient quantity.

4.3 TECHNICAL SPECIFICATIONS& QUANTITIES:

4.3.1 The Technical Specifications have been given in Annexure-I in Section-5. These

specifications should be carefully studied by the Bidder, so that the product could

be technically evaluated as per the Purchaser's requirement.

H.P.StateElectronicsDevrporation L

~

34 I P age

RFP for rate contractl procurement of UPS and Printers

4.4. Compliance SHEETS:

(i) Compliance Sheets as per Annexure-I in Section-S are to be filled in by the bidders

as part of the Bid. These Compliance Sheets should be complete in all respects and

should be free from errors and omissions. All required parameters must be replied

to in affirmative!negative.

(ii) The Bidder shall also supply along with the Bid all brochures and authenticated

bulletins carrying latest changes covering the technical aspects of each item

appearing in schedule of requirement intended to be supplied by the Bidder. For

the purpose of establishing latest changes, print-outs down loaded from

INTERNET (& duly authenticated) may be acceptable.

H.P. State Electronics Development Corporation Ltd. 35 I P age

5. Acceptance Testing After Notification of Award:

1. The Purchaser may conduct benchmarking & acceptance test, which could involve

operation of complete system for at least two consecutive days. The Supplier(s)

will provide full assistance in this regard. Partial delivery! installation! testing of

hardware! system software will not be permissible for acceptance! payment. The

criteria for benchmarking! acceptance will be conveyed separately.

RFP for rate contractl procurement of UPS and Printers

PROFORMA-A(Declaration by the O.E.M.)

[ Para 2.8(I)(ii)]To Date:

The Managing Director,H.P. State Electronics Development Corporation Ltd.,pIFloor, IT Bhawan, Mehli, Shimla- 171013.

Subject:Authorisation to a distributor for tender No:HPSEDCICCIRC/uPS-PRINTERSI2K18-

Dear Sir,

Please refer to your Notice Inviting Tenders for procurement of UPS AND PRINTERS published in "TheIndian Express" and "The Hindu".Mis (Bidder), who is our reliable distributor for the last_____ -' ears, is hereby authorised to quote on our behalf for this prestigious tender. Mis_________________ (Bidderjis likely to continue as our business partner duringyears to come. We undertake the following regarding the supply of these equipments/ peripherals etc.

1. The Machines supplied in this tender shall be manufactured by us as per the specifications required bythe Purchaser. Mis (Bidder) shall not be allowed to do anyhardware integration on our equipment.

2. It will be ensured that in the event of being awarded the contract, the UPS AND PRINTERS will bedelivered by Mis (Bidder) & maintained by Mis____________ (ASP) properly as per the conditions of the contract. For thispurpose, we shall provide MIS necessary technical support includingtechnical updates, & spares to the ASP. If Mis fails to maintain theequipments for any reason what-so-ever, we shall make alternative arrangements for propermaintenance of these Printers, Scanners, Dot-matrix Printers and UPSs etc. during the warranty period.During the period of 3 years' warranty, we shall provide full support back up to the Bidder/ASP. Onthe whole, it shall be ensured that the clauses regarding service and maintenance of Machines do notget diluted in implementation due to non-availability of spares and lack of technical inputs from ourside even during AMC/extended warranty period.

3. If due to any reason whatsoever, the tie up between our Company & M/s _(Bidder) or Mis (ASP) breaks down subsequently, we shall make necessaryalternatives arrangements for honouring the terms of the contract.

Yours very truly,Name : _DesignationCompany

v~yH.P. State ElectronicsDevelopmentCorporation Ltd. 36 I P age

RFP for rate contract/ procurement of UPS and Printers

PROFORMA-B[Para 2.8 (II)(i)]

I. Financial Parameters1. Net worth as on 31-03-15,31-03-16 & 31-03-2017

2. (PBT) Profit before taxes for the last three years.

3. (PAT) Profit after taxes for the last three years.

4. Income Tax Return for the last three years.

5. Equity Base

H.P. State Electronics Development Corporation Ltd. 37 I P age

V

6. Premier contributors to Equity including Promoter's Contribution.

7. Tum-over during the last 3 fmancial years.

II. Growth Profile(i) Percentage increase intlo from 2013-14 to 2014-2015(ii) Percentage increase intlo from 2014-2015 to 2015-16(iii) Percentage increase intlo from 2015-16 to 2016-17

III. Installation Base and Regional Spread

III. Customer Support and Service.(i) Number of engineers and their qualification

Sf. Qualification Numbers Experience Break Up Special Attributes *No. ($)1. B.Tech and above2. Diploma Holders3. Others

(ii) Inventory of critical components maintained at----------------------

.Give special attributes such as Microsoft Certified etc .• $ Indicate number of Engineers in Himachal Pradesh / Chandigarh

RFP for rate contractJ procurement of UPS and Printers

PROFORMA-C[Para 2.8(II)(ii)]

(i) DETAILS OF EQUIPMENTS BASE SUPPLIED DURING THE LAST 3 YEARS.

Sf. Organisation ($) Number of UPS AND Value Date of Current StatusNo PRINTERS supplied and Order

installed1.2.3.4.

<Total> <Total>

* Give latest position regarding installation and arrangement for after sales support.

$ Give telephone/ fax No.!email-id and address of the contact persons

(ii) Certificate from five prominent Government/Semi Govt.IPSUs/Autonomous bodies ofCentre/State Govt. institutions, duly signed and stamped by the authorized officers of the end userdepartment clearly indicating name, address and contact number regarding satisfactory supply,installation and after sale support during warranty period.

Sf. No. Name, Address, Number of UPS AND Supplied! Date of Supply/Contact Number of the !pRINTERS supplied installed Installed InstallationEnd user deptt. (YeslNo)

1.

2.

3.

4.

H.P. State Electronics Development Corporation Ltd. 38 I P age

.~

RFP for rate contractl procurement of UPS and Printers

FORM-D

DECLARATION REGARDING ACCEPTANCE OF TERMS & CONDITIONS CONTAINEDIN THE TENDER DOCUMENT

To

The Managing Director,H.P. State Electronics Development Corporation Ltd.,1st Floor, IT Bhawan, Mehli, Shimla-171013.

Sir,

I have carefully gone through the Terms & Conditions contained in the Tender Document [No.:

HPSEDCICCIRC/uPS-PRINTERSI2K18-] regarding procurement UPS AND PRINTERS for Rate

Contract by HPSEDC. I declare that all the provisions of this Tender Document contained in

Section-1 to Section-5 are acceptable to my Company/firm. I further certify that I am an

authorised signatory of my company and am, therefore, competent to make this declaration.

Yours very truly,

Name:

Designation: _

Company: __

Address:----------

Contact No: Email-id:

~.

H.P. State Electronics Development Corporation Ltd.

FO

39 I P age

RFP for rate contractl procurement of UPS and Printers

DECLARATIONREGARDING PAST PERFOMANCE

To

The Managing Director,H.P. State Electronics Development Corporation Ltd.,1st Floor, IT Bhawan, Mehli, Shimla-13.

Sir,

Ihave carefully gone through the Terms & Conditions contained in the Tender Document [No.

HPSEDCICCIRC/uPS-PRINTERSI2K18-] regarding rate contract of UPS AND PRINTERS by

HPSEDC. I hereby declare that my company has not been debarredlblack listed by any

Government / Semi Government organizations for quality/ service products nor is there any

pending dispute regarding short shipment! installation/service. I further certify that I am an

authorized signatory of my company and am, therefore, competent to make this declaration.

Yours truly,

Name: ___

Designation: _

Company: __

Address: _

ContactNo:Email-id:

vH.P. State ElectronicsDevelopmentCorporation Ltd. 40 I Page

RFP for rate contractl procurement of UPS and Printers

"PROFORMA-F

ELIGIBILITY CUM TECHNICAL CHECK

S.No. Criteria Relevant Documents Page No. Yes / No.

Pre- Qualification Criteria

1. Memorandum ofAssociation (MoA),Articles of Association(AoA) of bidder anddetailed profile of theCompany/ Firm!

The Bidder should be registered underthe Indian Companies Act, 1956 andshould be in existence for not less thanpreceding 5 years in the relevant field.Proprietors/ Partnership Firms shouldhave valid Government licence andGSTN. Government

and GSTNproprietors

Licensefor

2. (i) Tender Document Fee in favour ofManaging Director, H.P. StateElectronics Development Corporation,I.T. Bhawan, Mehli, Shimla-13.

(i) Demand Draft (DD)ofRs. 5000/- (RupeesFive Thousand only)(ii) Eamest MoneyDeposit (EMD) asmentioned in clause 2.10(ii) Earnest Money Deposit (EMD) in

the shape of Demand Draft! BankGuarantee/ Pledged FDR valid for 180days in favour of Managing Director,H.P. State Electronics DevelopmentCorporation, LT. Bhawan, Mehli,Shimla-13.

3. The Bidder should have a valid GSTNumber, PANNumber and PF code.

Relevant RegistrationCertificates (copies to beenclosed)

4. A Bidder should be Original EquipmentManufacturer (OEM) or AuthorisedPrincipal National Distributor/ Importer/large Scale system integrator dulyauthorised by the OEM (OriginalEquipment Manufacturer) of therequired equipments respectively. Itwill, however be, preferred that theOriginal Equipment Manufacturers(O.E.M.) quotes directly.

Authorization letterfrom OEM III formatgiven at Performa-A, incase OEM not biddingdirectly.

5. A Bidder quoting for:The bidder or its OEM must havesupplied minimum 250 number of UPSAND PRINTERS the last three years ifGovernment/Semi Govt.l PSUsAutonomous bodies of Central/ StateGovt.

Copies of supply orders/satisfactory reports oflast three years are to beprovided and Form-"C"

41 I P age

~

H.P. State Electronics Development Corporation Ltd.

RFP for rate contractJ procurement of UPS and Printers

6. The average annual turnover of theOEM whose equipments/ systems/Items are sought to be supplied shouldRs.200 Crores during last 3 years as peraudited balance sheets.

,!

9. The OEM! bidder should have ISO Certificate of each type9001:2008 or any other equivalent or from the certifyingbetter quality certification; organizations.

10. OEM Toll Free Help-desk facilities Contact information andshould be already available during availability hour'sworking hours (9 to 6 PM and from details.Monday to Saturday). The bidder and Provide detail of webOEM should have its own website linkages.having product related information (forOEM) and support related information(for both bidder and OEM).

11. The Bidder should not have been Certificate from thedeclared ineligible at the time of bid authorized signatorysubmission and at the time of placing of prescribed in Form-E &supply order due to corrupt and Declaration in Form 'E'fraudulent practices with any of the that the Bidder has notdepartments of the Central, State been debarred!Governments Deptt. and PSUs of blacklisted by anyCentral/ State Govt. reputed Government!

Semi-Governmentorganisation for qualityof services/product andthat there is no majorcomplaint against thequality of service/products by anyorganisation mentionedin this clause.

KElectro~co~ra~V./..

7.

8.

The average annual turnover of thebidders should be Rs. 2.5 Crores duringlast 3 years as per audited balancesheets.

The bidder should either have positiveNet worth in last three years or should bea profit making Company/ firm in anytwo years during the immediatelypreceding last 3 financial years as peraudited balance sheets.

Audited Balance sheetsfrom company StatutoryAuditor/ CA from OEM& financial data of thelast three years in theformat given III

Proforma 'B'Audited Balance sheetsfrom company StatutoryAuditor/ CA from OEMand Bidder & financialdata of the last threeyears III the formatgiven in Proforma 'B'Supporting financialdocumentslBalancesheet! certificate fromcompany's StatutoryAuditor/ CA.

42 I P age

RFP for rate contract/ procurement of UPS and Printers

~2.

~. Certificates regarding satisfactory in the Performa - 'C'

installation and after sales support a

least from five prominent customers

i.e. Government! Semi Govt./ PSUs

Autonomous bodies of Central! State

Govt., described in Performa 'C'.

~. Documentary proof for establishing Copies of supply

h bili f h Bidd ( hi orders.t e capa 1 ity 0 tel er or IS

OEM) to execute various order to be

placed by Customers by showing

satisfactory/ timely supply and after

sale support installation for these

supplied equipments, where similar

number (as mentioned in bracket) of

UPS AND PRINTERS / IT

equipments are involved In supply

The Bidder should have deposited thecost of Tender

Receipt/ Copy of thedemand draft! Documentrelated to BG should beuploaded.

13. The bidder should have submitted the Receipt/Copy of theEMD as mentioned in this RFP demand draftfBG should

be uploaded.

14. The bidder should have submitted the Declaration fromdeclaration of acceptance of terms and Authorized Signatory asconditions of this RFP as per Form D per Form D of this RFP

15. The Bidder should already have Supporting documents!reasonable support base in this region. certificate fromThe Purchaser's discretion regarding company's authorisecreasonableness of support base shall be signatory.final. It is clarified that this clausepertains to only the existing level ofsupport. The actual support required toimplement this arrangement has beendescribed in the relevant section.

Technical Criteria

1. lNumber and value of UPS AND in the Performa - 'C'

PRINTERS supplied during the las1

three years.

)

H.P. State Electronics Development Corporation Ltd. 43 I P age

RFP for rate contractJ procurement of UPS and Printers

r------+----------------------------+-----------------+---------~--------4. Compliance Sheets for the products Compliance Sheets as

quoted by the Bidder, along with per Schedule-IIcopies of requisite certificationsmentioned in the Compliance sheets.

~/ ./J2-..__

orders.

5. Product catalogues of quoted items Catalogues, brochures,. latest authenticated

revIsed upto date. If some product up I / b 11 ti tre eases u e ms e c.gradation has taken place since the

printing of the brochures, latest

authenticated releases/ bulletins mus

be enclosed and also indicate website

links of the OEM& bidder.

6. Benchmarking Report of the product Benchmarking Report

done by a technically reputed

organisation regarding overall

performance of the product.

7. Competitive advantages in terms 01 Competitivefeatures. advantages

H.P. State Electronics Development Corporation Ltd. 44IPageI'

.~

RFP for rate contract/ procurement of UPS and Printers

(to be completed by bidder as per the format available on e-procurement portalhttps:/lhptenders.gov.in)

(~

-,

SCHEDULE - ISAMPLEOF PRICE SCHEDULEIBOQ

[ Para 2.8 (111)(i)J

H.P. State Electronics Development Corporation Ltd. 45 I P age

RFP for rate contractl procurement of UPS and Printers

SECTION- 5

TECHNICAL SPECIFICA nONS

ANNEXURES

Tender Document No:

HPSEDCICCIRCIUPS-PRINTERSI2K18-

'!.J. ....-

H.P. State ElectronicsDevelopmentCorporation Ltd. 461 Page

~~

RFPfor rate contractl procurement of UPSand Printers

I.,NB: Final specifications uploaded after pre-bid meeting. Please visit our web-siteswww.hpsedc.in & https://hptenders.gov.in for latest amendments or notices in reference to thistender.

ANNEXURE-I

SECTION - V

TECHNCIAL SPECIFICAnONS AND COMPLIANCE SHEETSANNEXURES

The specification mentioned hereunder are bare minimum requirement. Bidders are encouraged to offer betterspecifications in this bid or subsequently during the period of rate contract.

Category-"A" Printers, Scanners and DotMatrix Printers.

iMinimum Technical Specification Laser Printers and MFPs with Composite Toner Cartridges

Item No.1: Mono Chrome Laser printer A-4 18 PPM

S.N. Parameter Requirement ComplianceYes/ NoModel No.

1. Printing Technology Laser2. Cartridge Technology Composite3. Type of printing Mono4. Paper Size A45. Print Speed (A4) - Mono (PPM) 18 PPM or higher6. Resolution (Dpi) 600 dpi or higher7. Memory (MB) Min2MB8. Duplexing Feature Optional9. Network Connectivity Optional10. Wireless Connectivity Optional11. USB Port USB 2.0 or higher12. Paper Tray Capacity Min 150 pages13. Number of Paper Trays Min 114. Duty Cycle /month (No of Prints) Min 5000 pages15. BIS Registration Required16. On site OEM warranty (Years) Min 1/ 3 years onsite warranty

Item No.2: Mono Chrome Laser printer A-4-25 PPM

S.N. Parameter Requirement ComplianceYes/ NoModel No.

1. Printing Technology Laser2. Cartridge Technology Composite \3. Type of printing Mono ,/

H.P. State ElectronicsDevelopmentCorporation Ltd. ~ 47 I P age

RFP for rate contractl procurement of UPS and Printers

4. Paper Size A4.'~

5. Print Speed (A4) - Mono (PPM) 25 PPM or higher6. Resolution (Dpi) 600 dpi or higher7. Memory (MB) Min 128 MB or higher8. Duplexing Feature Yes9. Network Connectivity Yes10. Wireless Connectivity Optional11. USB Port USB 2.0 or higher12. Paper Tray Capacity Min 250 pages13. Number of Paper Trays Min 114. Duty Cycle /month (No of Prints) Min 8000 pages15. BIS Registration Required16. On site OEM warranty (Years) Min 1/3 years onsite warranty

Item No.3: Mono Chrome Laser printer A-4 40 PPM or above

S.N. Parameter Requirement ComplianceYes/ NoModel No.

1. Printing Technology Laser2. Cartridge Technology Composite3. Type of printing Mono4. Paper Size A45. Print Speed (A4) - Mono (PPM) 40 PPM or higher6. Resolution (Dpi) 600 dpi or higher7. Memory(MB) Min 256 MB or higher8. Duplexing Feature Yes9. Network Connectivity Yes10. Wireless Connectivity Optional11. USB Port USB 2.0 or higher12. Paper Tray Capacity Min 500 pages13. Number of Paper Trays Min 114. Duty Cycle /month (No of Prints) Min 100000 pages15. BIS Registration Required16. On site OEM warranty (Years) Min 113 years onsite warranty

Item No.4: Color laser Printer A-4 -16 PPM

S.N. Parameter Requirement ComplianceYes/ NoModel No.

1. Printing Technology Laser2. Cartridge Technology Composite3. Type of printing Color4. Paper Size A45. Print Speed (A4) - Mono (PPM) 16 PPM or higher6. Print Speed (A4) - Color (PPM) 16 PPM or higher7. Resolution (Dpi) 600 dpi or higher8. Memory (MB) Min 128MB or higher9. Network Connectivity Yes10. Wireless Connectivity Yes /

H.P.Sta?LOpmeV ltd.~7 481 Page

/1-<J

RFPfor rate contractl procurement of UPSand Printers

.1.-11. USB Port USB 2.0 or higher,12. Paper Tray Capacity Min 150 pages13. Number of Paper Trays Min 114. Duty Cycle /month (No of Prints) Min 30000 pages15. BIS Registration Required16. On site OEM warranty (Years) Min 113 years onsite warranty

Item No.5: Mono Chrome Multi-Functional printer A-4 - 18 PPM

S.N. Parameter Requirement ComplianceYes/NoModel No.

1. Printing Technology Laser2. Cartridge Technology Composite3. Type of printing Mono4. Paper Size A45. Print Speed (A4) - Mono (PPM) 18 PPM or higher6. Resolution (Dpi) 600 dpi or higher7. Memory (MB) Min 128 MB or higher8. Scan Resolution 600dpi x 600dpi or higher9. ADFIDADFlPlaten Optional10. Duplexing Feature Optional11. Network Connectivity Yes12. Wireless Connectivity Optional13. USB Port USB 2.0 or higher14. Paper Tray Capacity Min 150 pages15. Number of Paper Trays Min 116. Duty Cycle /month (No of Prints) Min 5000 pages17. BIS Registration Required18. On site OEM warranty (Years) Min 113 years onsite warranty

Item No.6: Mono Chrome Multi-Functional printer A-4 - 25 PPM

S. N. Parameter Requirement ComplianceYes/NoModelNo.

1. Printing Technology Laser2. Cartridge Technology Composite3. Type of printing Mono4. Paper Size A45. Print Speed (A4) - Mono (PPM) 25 PPM or higher6. Resolution (Dpi) 600 dpi or higher7. Memory (MB) Min 128 MB or higher8. Scan Speed Min 14 PPM or higher9. Scan Resolution 600dpi x 600dpi or higher10. ADFIDADFlPlaten ADF11. Duplexing Feature Yes12. Network Connectivity Yes13. Wireless Connectivity Optional14. USB Port USB 2.0 or highe15. Paper Tray Capacity Min 250 pages (I -:

~VH.P. State Electronics Development Corporation Ltd. !< 49 I P age

RFPfor rate contractJ procurement of UPSand Printers

16. Number of Paper Trays Min 1 117. Duty Cycle Imonth (No of Prints) Min 12000 pages18. BIS Registration Required19. On site OEM warranty (Years) Min 113 years onsite warranty

Item No.7: Mono Chrome Multi-Functional printer A-4 - 25 PPM with Wi-Fi

S.N. Parameter Requirement ComplianceYeslNoModel No.

1. Printing Technology Laser2. Cartridge Technology Composite3. Type of printing Mono4. Paper Size A45. Print Speed (A4) - Mono (PPM) 25 PPM or higher6. Resolution (Dpi) 600 dpi or higher7. Memory (MB) Min 128 MB or higher8. Scan Speed Min 14 PPM or higher9. Scan Resolution 600dpi x 600dpi or higher10. ADFIDADF !Platen ADF11. Duplexing Feature Yes12. Network Connectivity Yes13. Wireless Connectivity Yes14. USB Port USB 2.0 or higher15. Paper Tray Capacity Min 250 pages16. Number of Paper Trays Min 117. Duty Cycle Imonth (No of Prints) Min 12000 pages18. BIS Registration Required19. On site OEM warranty (Years) Min 113 years onsite warranty

S.N.

Item No.8: Mono Chrome Multi-Functional printer A-4 - 35 PPM

Parameter Requirement ComplianceYesl NoModel No.

1.2.3.

Printing Technology Laser

5.4.

6.7.

Cartridge Technology Composite

8.

Type of printing Mono

10.9.

11.12.

Paper Size A4

13.

Print Speed (A4) - Mono (PPM) 35 PPM or higher

14.

Print Speed (A4) - Color (PPM) NA

15.

Resolution (Dpi) 600 dpi or higherMemory (MB) Min 256 MB or higherScan Speed Min 25 PPM or higherScan Resolution 600dpi x 600dpi or higherADFIDADF!Platen ADFDuplexing Feature YesNetwork Connectivity YesWireless Connectivity YesUSB Port USB 2.0 or higher

50 I P age

RFP for rate contractJ procurement of UPS and Printers

~16. Paper Tray Capacity Min 250 pages

~ 17. Number of Paper Trays Min 1

18. Duty Cycle Imonth (No of Prints) Min 80000 pages

19. BIS Registration Required

20. On site OEM warranty (Years) Min 113 years onsite warranty

ii. Minimum Technical Specification of Laser PrintersIMFPs with separate drum & Toner Cartridges:-

Item No.9: Mono Chrome Laser printer A-4 18 PPM

S.N. Parameter Requirement ComplianceYesl NoModel No.

1. Printing Technology Laser2. Cartridge Technology Separate Drum & Toner3. Type of printing Mono4. Paper Size A45. Print Speed (A4) - Mono (PPM) 18 PPM or higher6. Resolution (Dpi) 600 dpi or higher7. Memory (MB) Min 64 MB8. Duplexing Feature Optional9. Network Connectivity Optional10. Wireless Connectivity Optional11. USB Port USB 2.0 or higher12. Paper Tray Capacity Min 150 pages13. Number of Paper Trays Min 114. Duty Cycle Imonth (No of Prints) Min 5000 pages15. BIS Registration Required16. On site OEM warranty (Years) Min 113 years onsite warranty

Item No. 10: Mono Chrome Laser printer A-4-25 PPM

S.N. Parameter Requirement ComplianceYes/ NoModel No.

1. Printing Technology Laser2. Cartridge Technology Separate Drum & Toner3. Type of printing Mono4. Paper Size A45. Print Speed (A4) - Mono (PPM) 25 PPM or higher

6. Resolution (Dpi) 600 dpi or higher7. Memory (MB) Min 64 MB or higher

8. Duplexing Feature Yes9. Network Connectivity Yes10. Wireless Connectivity Optional11. USB Port USB 2.0 or higher

12. Paper Tray Capacity Min 150 pages13. Number of Paper Trays Min 114. Duty Cycle Imonth (No of Prints) Min 8000 pages I

H.P. State Electronics Development Corporation Ltd. V 51 I P age

J---;\/___./

() -.__ / .../v

RFPfor rate contractJ procurement of UPSand Printers

BIS Registration RequiredOn site OEM warranty (Years) Min 113 years onsite warranty

Item No. 11:Mono Chrome Multi-Functional printer A-4 - 20 PPM

S.N. Parameter Requirement ComplianceYes/NoModel No.

1. Printing Technology Laser2. Cartridge Technology Separate Drum & Toner3. Type of printing Mono4. Paper Size A45. Print Speed (A4) - Mono (PPM) 20 PPM or higher6. Resolution (Dpi) 600 dpi or higher7. Memory (MB) Min 64 MB or higher8. Scan Resolution 600dpi x 600dpi or higher9. ADFIDADFlPlaten Optional10. Duplexing Feature Optional11. Network Connectivity Yes12. Wireless Connectivity Optional13. USB Port USB 2.0 or higher14. Paper Tray Capacity Min 150 pages15. Number of Paper Trays Min 116. Duty Cycle Imonth (No of Prints) Min 10000 pages17. BIS Registration Required18. On site OEM warranty (Years) Min 113 years onsite warranty

Item No. 12: Mono Chrome Multi-Functional printer A-4 - 25 PPM

S.N. Parameter Requirement ComplianceYes/ NoModel No.

1. Printing Technology Laser2. Cartridge Technology Separate Drum & Toner3. Type of printing Mono4. Paper Size A45. Print Speed (A4) - Mono (PPM) 25 PPM or higher6. Resolution (Dpi) 600 dpi or higher7. Memory (MB) Min 64 MB or higher8. Scan Speed (A4 Min 5 PPM or higher9. Scan Resolution 600dpi x 600dpi or higher10. ADFIDADFlPlaten ADF11. Duplexing Feature Yes12. Network Connectivity Yes13. Wireless Connectivity Optional14. USB Port USB 2.0 or higher15. Paper Tray Capacity Min 250 pages16. Number of Paper Trays Min 117. Duty Cycle Imonth (No of Prints) Min 12000 pages

(52 I P ageH.P. State Electronics Development Corporatio Ltd.

'~

'/

~ 1t--

RFPfor rate contractJ procurement of UPSand Printers~-

BIS Registration RequiredOn site OEM warranty (Years) Min 113 years onsite warranty

Item No. 13: Mono Chrome Multi-Functional printer A-4 - 25 PPM

S.N. Parameter Requirement ComplianceYesl NoModel No.

1. Printing Technology Laser2. Cartridge Technology Separate Drum & Toner3. Type of printing Mono4. Paper Size A45. Print Speed (A4) - Mono (PPM) 25 PPM or higher6. Resolution (Dpi) 600 dpi or higher7. Memory (MB) Min 64 MB or higher8. Scan Speed (A4 Min 5 PPM or higher9. Scan Resolution 600dpi x 600dpi or higher10. ADFIDADF !Platen ADF11. Duplexing Feature Yes12. Network Connectivity Yes13. Wireless Connectivity Yes14. USB Port USB 2.0 or higher15. Paper Tray Capacity Min 250 pages16. Number of Paper Trays Min 117. Duty Cycle Imonth (No of Prints) Min 12000 pages18. BIS Registration Required19. On site OEM warranty (Years) Min 113 years onsite warranty

iii. Inkjet Printers

Item No. 14: Mono Chrome Ink printer A-4 22 PPMlIPM

S.N. Parameter Requirement ComplianceYeslNoModel No.

1. Printing Technology Ink2. Type of printing Ink cartridges3. Paper Size A44. Print Speed (A4) - Mono (PPM) 22 IPM or higher5. Print Speed (A4) - Color (PPM) 14 IPM or higher6. Resolution (Dpi) 600 dpi or higher7. Memory (MB) Min 128 MB or higher8. Duplexing Feature Yes9. Network Connectivity Yes10. Wireless Connectivity Yes11. USB Port USB 2.0 or higher12. Paper Tray Capacity Min 250 pages13. Number of Paper Trays Min 114. Duty Cycle Imonth (No of Prints) Min 30000 pages

if H.P. State ElectronicsDevelopmentCorporation Ltd. IV 53 I P age// //' ,"~,

/

r1 ~

RFP for rate contractl procurement of UPS and Printers

BIS Registration RequiredOn site OEM warranty (Years) Min 113 year onsite warranty

Item No. 15:Mono Chrome ink printer A-4-24 PPM

S# Parameter Requirement ComplianceYesl NoModel No.

1. Printing Technology Ink2. Type of printing Ink cartridges3. Paper Size A44. Print Speed (A4) - Mono (PPM) 24 IPM or higher5. Print Speed (A4) - Color (PPM) 14 IPM or higher6. Resolution (Dpi) 600 dpi or higher7. Memory (MB) Min 256 MB or higher8. Scan Speed (A4 19ipm9. Scan Resolution 600 dpi or higher10. ADFIDADFlPlaten ADF11. Duplexing Feature Yes12. Network Connectivity Yes13. Wireless Connectivity Yes14. USB Port USB 2.0 or higher15. Paper Tray Capacity Min 250 pages16. Number of Paper Trays Min 117. Duty Cycle Imonth (No of Prints) Min 30000 pages18. BIS Registration Required19. On site OEM warranty (Years) Min 113 years onsite warranty

H.P. State Electronics Development Corporation Ltd. 54 I P age

fJ-

RFPfor rate contractJ procurement of UPSand Printers

~ iv. SCANNERS

Item No. 16: Scanner 20ppm

SI. No Parameters Min. Specifications required Compliance

Yes/ No

Model No.

Speed Upto 20ppm or higher, Mono/ Color

1. Scan Resolution 600 x 600 dpi

2. Duty Cycle 2000 pages per day

3. Scan Size Limits A4, Legal

4. ADF Tray capacity 50 sheets Tray Capacity

5. Scanning feature Sheetfed, DuplexButton control Scan button, Power button6. panel

7. Compatible OS Windows, MacUSB 2.0/3.0 or

One8. higher

9. Software Document Scan Software

10. Warranty- One/ three years

Item No. 17: Scanner 30ppm

Sl. No Parameters Min. Specifications required Compliance

Yes/ No

Model No.

Speed Upto 30ppm or higher Mono/ Color

1. Scan Resolution 600 x 600 dpi

2. Duty Cycle 4000 pages per day

3. Scan Size Limits A4, A3, Legal

4.ADF feature/ Tray 50 sheets Tray Capacitycapacity

5. Scanning feature Sheetfed, DuplexButton control Scan button, Power button6. panel

7. Compatible OS Windows, Mac

USB 2.0/3.0 orOne8. higher

9. Software Document Scan Software

10. Warranty- One/ three years

,:(IT-~H.P. State Electronics Development Corporation Ltd. 55 I P age

¥

RFPfor rate contractJ procurement of UPSand Printers

Item No. 18: Scanner 40ppm

SI. No Parameters Min. Specifications required ComplianceYesl NoModel No.

Speed Upto 40ppm or higher, Mono/ Color

1. Scan Resolution 600 x 600 dpi2. Duty Cycle 6000 pages per day3. Scan Size Limits A4, A3, Legal

ADF featurel80 sheets Tray Capacity4. Tray capacity

5. Scanning feature Sheetfed, DuplexButton control

Scan button, Power button6. panel7. Compatible OS Windows, Mac

USB 2.0/3.0 orOne8. higher

9. Software Document Scan Software

10. Warranty- One/ three years

Item No. 19: Scanner 50ppm

81.No Parameters Min. Specifications required ComplianceYes/NoModel No.

Speed Upto 50ppm or higher, Mono/ Color

1. Scan Resolution 600 x 600 dpi2. Duty Cycle 7500 pages per day3. Scan Size Limits A4, A3, Legal

ADF feature/80 sheets Tray Capacity4. Tray capacity

5. Scanning feature Sheetfed, DuplexButton control

Scan button, Power button6. panel7. Compatible OS Windows, Mac

USB 2.0/3.0 orOne8. higher

9. Software Document Scan Software

10. Warranty- One/ three years

H.P. State Electronics Development Corporation Ltd. 56 I P age

n/ip-

RFPfor rate contractl procurement of UPSand Printers

..v. Dot Matrix PrintersItem No. 20: Technical Specifications for High Speed Dot Matrix Printers.

SI. No Min. Specifications required ComplianceYes/ NoModel No.

24 Pins/ 132 Columns

1. Print Head 24 Pin

2. Throughput 430pph

3. Draft: 900 cps@15cpi

4. Print Speed 720 [email protected]. 600 [email protected]. Pacer Path Uoto 57. Barcodes 15

8. Multipart 1+5forms9. Print Buffer 128KB

10. Noise < 53dB(A)

11. MTBF 10,000

12. Automatic Auto-gap adjustment,features Auto front insertion, auto paper path selection

13. Bilingual Inbuilt devnagri fonts available as optionprinting

14. Control Panel 4 soft touch switch pads and LCD panel

15. certification BIS

16.Compatible

Windows, LinuxOS:

17. Ports Parallel/ USB 2.0/3.0 or higher

18. Warranty- with one/ Three years warranty on Printer including Head.

Item No. 21: Technical Specifications for Dot Matrix Printers.

SINo Min. Specifications required ComplianceYes/NoModel No.

1. Print Head 24 Pin, 132 columns

2. Print Speed Draft: 512 CPS at 12 CPIDraft:495 cps ({i)1Ocpi

3. Paper Path Upto 3

4. Multipart forms 1+4

5. Print Buffer 128KB

6. Interfaces Parallel, USB 2.0, USB-A, Host and Ethernet.standard

7. Noise 55DB

8. MTBF 10,000 power on hours

9. Ribbon Life 9 Million Characters\

H.P. State Electronics Development Corporation Ltd. ~57lpage10] I " ~/, )z_

RFPfor rate contractJ procurement of UPSand Printers

10. Bilingual I English & Hindi II

printing I11. Warranty- with one/ Three years warranty on Printer including Head. IItem No. 22: General Tech specs of pass book printers

Sr.No Min. Specifications required ComplianceYes/NoModel No.

1. Printer type/ head 24pin dot matrix, SOcolumns2. Print S~eedlMatrix3. Print speed @10 cpi4. High Speed Draft 530

mode5. Draft mode 400

6. Character Pitch 10,12,15,17cpi7. Line Pitch 6, S incrementalS. Print Head Life 400 million dots(PIN)9. Data Buffer 64K10. No of Copies 1+511. Interface IEEE parallel and RS

232 seriallUSB12. MTBF 10,000hours13. Noise Level Less than 54 DB14. Ribbon cartridge 3.5 million Char15. Power SOw

consumption16. Warranty with one/ Three years warranty on Printer including Head.

Item No. 23: Line Matrix PrintersSr. ComplianceNo. Min. Specifications required Yes/ No

Model No.1. Printing Line Matrix impact printer, 136 ColumnTechnology2. Print Speed (LPM)- Upper case / Lower case Character

3. High Speed Draft 500/4284. Draft Processing 375/3005. Near Letter

Quality 200/1546. Graphics speed in

inches per minute 63(1600)(in 60X48 dpi)

7. Graphics minimum 240 dpi horizontal, 288 dpi verticalresolution

8. Continuous, Fan Folded, Edge-Perforation, 3 to 17Paper Type inches wide, 2 to 12 inches long

9. Stationary Upto 6 part, 56 to 163 GSM, upto 0.64 mm thikness10. Paper path Straight paper path with easy-load adjustable tractors11. Paper Width l3.6 inches (345mm)12. Ribbon Life 9000 pages ( page yield based on ISO LSA Page)

(Slandered)

H.P. State Electronics Development Corporation Lt

~~

58 I P age

RFPfor rate contractl procurement of UPSand Printers

lJ' 13. Tally ANSI, Genicom ANSI, P5000/P600/P6000, Epson-Emulation FX-1180, IBM Proprinter

14. Standard SAP device types, WindowsPrinter software 1O,XPN istaJ2003/2007 12008/2008R2, Linux, AIX,

SAP15. Standard USB 2.0+, Ethernet 10/100 base T,

Interface Optional - Parallel-IEEE-1284-Centronics16. Warranty Onel Three years onsite warranty

Item No. 24: Line Matrix PrintersSr. Compliance

No. Min. Specifications required Yes/ NoModel No.

1. Printing Line Matrix impact printer, 136 ColumnTechnology

2. Print Speed (LPM)- Upper case 1Lower case Character3. High Speed Draft 1000/8564. Draft Processing 75016005. Near Letter

Quality 400/3066. Graphics speed in

inches per minute 125(3175)(in 60X48 dpi)

7. Graphics minimum 240 dpi horizontal, 288 dpi verticalresolution

8. Continuous, Fan Folded, Edge-Perforation, 3 to 17Paper Type inches wide, 2 to 12 inches long

9. Stationary Upto 6 part, 56 to 163 GSM, upto 0.64 mm thikness10. Paper path Straight paper path with easy-load adjustable tractors11. Paper Width 13.6 inches (345mm)12. Ribbon Life 9000 pages ( page yield based on ISO LSA Page)

(Slandered)13. Tally ANSI, Genicom ANSI, PSOOO/P600/P6000,

Emulation Epson-FX-1180, IBM Proprinter14. Standard SAP device types, Windows

Printer software 10,XPNistaJ2003/2007/2008/2008R2, Linux, AIX,SAP

15. Standard InterfaceUSB 2.0+, Ethernet 10/100 base T,Optional- Parallel-IEEE-1284-Centronics

16. Warranty Onel Three years onsite warranty

H.P. State ElectronicsDevelopmentCorporation Ltd. 59 I P age

RFPfor rate contract/ procurement of UPSand Printers

Category-"B": UPS (Offline and Online)

Item No.1: UPS -650V A OFFLINE UPS System or higherSI. COMPONENT FEATURE SPECIFICATIONS REQUIRED ComplianceNo. Yes/No

Model No.1. Capacity in VA Min. 650VA or better2. Capacity in Watts 390 Watt3. Inverter Device MOSFET4. Rated Output Voltage 230 V (I-Phase)5. Rated Output Current 2.8 A at 0.8 p.f.6. Input Voltage Range 160-270 VAC7. Input Frequency Range 50 Hz± 6%8. No. of phases I-Phase9. Voltage Regulation (Mains 230 V ± 6% to 8%

Mode)10. Waveform Quasi sine wave11. Power Factor 0.60 or better12. Output Freq. Regulation 50Hz± 0.5%

(inverter mode)13. Overall Efficiency >85%14. Inverter Capacity >75%15. Cold start feature Required16. Charger Capacity Min. lAmp17. Overload Capacity 110% (for 30 sec)18. Batteries SMF (VRLA) Type to provide 30 min.

backup Min VAH: 84 VAH19. Quality Standards ISO-900 1-2000 Certified

Safety Standards and EMC Standards as perIEC standards, BIS Certification

20. Software/ Interface Software Option! RS 232 port! DB-9Port(OPTIONAL)

21. Additional/Extra Features Technical advantagesOffered (If any)

22. Warranty One/ three years

60 I P age

H.P. State Electronics Development Corporation Ltd. 61 I P age

~/

RFPfor rate contract1 procurement of UPSand Printers

Item No.2: 1000VAor higher UPS OFFLINESI. COMPONENT SPECIFICATION REQUIRED ComplianceNo FEATURE Yes/No

Model No.1. Capacity in VA 1000VA2. Capacity in WATTS 600 Watts.3. Inverter Device MICROPROCESSOR BASED4. Rated Output Voltage 230 V (I-Phase)5. Rated Output Current 2.8 A at 0.8 p.f.6. Input Voltage Range 160-270VAC7. Input Frequency Range 50 Hz± 6%8. No. of phases I-Phase9. Voltage Regulation (Mains 230 V ± 6% to 8%

Mode)10. Waveform Quasi sine wave11. Power Factor 0.6012. Output Freq. Regulation 50Hz±0.5%

(inverter mode)13. Overall Efficiency >85%14. Inverter Capacity >75%15. Cold start feature Required16. Charger Capacity Min. lAmp17. Overload Capacity 110% (for 10Minutes), 125% for 1minute18. Batteries SMF (VRLA) Type to provide 30 min. backup

Min VAH: 336 VAH (inbuilt)19. Quality Standards ISO-9001-2000 Certified

Safety Standards and EMC Standards as per IECstandards

20. Software/ Interface Software Option! RS 232 port! DB-9 Port(OPTIONAL)

21. Additional / Extra Technical advantagesFeatures Offered (If any)

22. Warranty One/ three years

ItemNo.3: 1000VA or higher Online UPS SystemSI. COMPONENT SPECIFICATION REQUIRED ComplianceNo FEATURE Yes/No

Model No.1. Capacity in VA 1000VA2. Capacity in WATTS 800 Watts.3. Inverter Device IGBT based PWM TechnologyMicroprocessor

control digital design double conversion trueonline UPS

RFP for rate contractl procurement of UPS and Printers

4. Rated Output Voltage 230 V (I-Phase)5. Rated Output Current 2.8 A at 0.8 p.f.6. Input Voltage Range 160-300VAC, 230V 50 Hz7. Input Frequency Range 40 Hz to 70 Hz8. No. of phases Single Phase with Ground9. Voltage Regulation (Mains ± 2% or better

Mode)10 Waveform Pure sine wave11 Power Factor 0.99 or better12 Crest Factor 3:0113 Output Power Factor 0.8 lag or more14 Output Voltage 220V AC- 230V AC15 Output Freq. Regulation 50Hz± 0.5%

(inverter mode)16 Overall Efficiency >=88%17 Cold start feature Required18 Overload Capacity 110%(for 10Minutes), 125%for 1minute19 Batteries SMF (VRLA) Type to provide 1 hrs. backup

Min VAH: 1512VAH (inbuilt)20 Transfer Line Oms21 Noise Level < 55 db @lmeter.22 By pass static bypass23 Compatibility UPS to be compatible with DG Set Supply24 Quality Standards ISO-9001-14001Certified

Safety Standards and EMC Standards as per IECstandards

25 Software/ Interface Software Option! RS 232 port! DB-9 Port(OPTIONAL), SNMP interface support

26 Additional / Extra Technical advantagesFeatures Offered (If any)

27 Warranty One/ three years

,/H.P. State Electronics Development Cor

62 I P age

RFPfor rate contractl procurement of UPSand Printers

Item No.4: 2 KVA or higher Online UPS System..SI. Item Description/ Technical Specifications ComplianceNo. Yes/ No

Model No.1. Manufacturer ISO 900 I & ISO 14001 Certified

2. Technology IGBT Based PWM TechnologyMicroprocessor controlled Digital DesignDouble Conversion True on line UPS

3. Overall Efficiency (AC >=88%AC)

4. Input Voltage & Range 230V 50Hz, range 11OV-280V AC

5. Input Frequency Range 40 to 70 Hz

6. Input Phase Single Phase with Ground

7. Input power factor 0.99 or better

8. Output voltage 200V A C-240V AC

9. Voltage Regulation +/-2% (or better)

10. Frequency 50Hz +/-O.l% (Free Run Mode)

11. Harmonic Distortion <3% (linear load)(THD)

12. Output Waveform Pure Sine Wave

13. Crest Factor 3:01

14. Output Power factor 0.8 lag or more

15. Battery Backup Min 01 hour battery backup

16. Battery Type Sealed Lead Maintenance Free VRLA type(Lead Calcium SMF Batteries NOTacceptable) or better

17. DC Bus Voltage As per OEM Architecture

18. Battery Capacity Min. 2688V AH

19. Transfer Line Oms

20. Battery Enclosure Power coated cabinets matching with color ofUPS, Made of Screw / Nut-Bolt less for easyinstallation & maintenance

21. Battery Brands Reputed & Reliable brands like Exidel Rocket!Quanta

H.P. StateElectronicsDevelopmentCorporationLtV 63 I P agei\

RFPfor rate contractl procurement of UPSand Printers

22. General Operatin] o to 40 Degree C 1,temperature

23. Noise Level <55 db@ 1meter

24. Alarms & Indications All Necessary alarms & indications essentialsfor performance monitoring of UPS like mainsfail, low battery & fault detection

25. By pass Automatic Bypass Switch

26. Compatibility UPS to be compatible with DG Set supply

27. Communication RS 232IUSB port for software interface,interface SNMP interface Support

28. Certification For Safety & EMC as per internationalstandard i.e. EMC Standard-EN50091-2, IMC,CE, ROHS, BIS certifications

29. Transients All Critical source and sensitive loads shouldhave protection from Transients

30. MCOV The unit shall have maximum ContinuousOperating voltage (MCOV) rating of min 320Volts

3l. Warranty One/ Three years comprehensive on-sitewarranty

ItemNo.5: 3 KVA or higher Online UPS SystemSr. Technical Specifications ComplianceNo. Yes/No

Model No.l. Manufacturer ISO 9001 & ISO 14001Certified

2. Technology IGBT Based PWM TechnologyMicroprocessor controlled Digital DesignDouble Conversion True on line UPS

3. Overall Efficiency(AC >=88%AC)

4. Input Voltage & Range 230V 50Hz, range 110V-280VAC

5. Input Frequency Range 40 to 70 Hz

6. Input Phase Single Phase with Ground

7. Input power factor 0.99 or better

8. Output voltage 220VAC-240VAC

9. Voltage Regulation +/-2% (or better)

10. Frequency 50Hz +/-0.1% (Free Run Mode)

64IPage

RFP for rate contractl procurement of UPS and Printers

1#r 11. Harmonic Distortion <3% (linear load)-

(THD)12. Output Waveform Pure Sine Wave

13. Crest Factor 3:01

14. Output Power factor 0.8 lag or more

15. Battery Backup Min. One hour battery backup

16. Battery Type Sealed Lead Maintenance Free VRLA type(Lead Calcium SMF Batteries NOT acceptable)or better

17. DC Bus Voltage As per OEM Architecture

18. Battery Capacity Min. 4032V AH

19. Transfer time Oms

20. Battery Enclosure Power coated cabinets matching with colour 0UPS, Made of ScrewlNut-Bolt less for easxinstallation & maintenance

21. Battery Brands Reputed & Reliable brands like Exide/ Rocket!Quanta

22. General Operating o to 40 Degree Ctemperature

23. Noise Level <55 db@ 1 meter

24. Alarms & Indications All Necessary alarms & indications essentialsfor performance monitoring of UPS like mainsfail, low battery & fault detection

25. By pass Automatic Bypass Switch

26. Compatibility UPS to be compatible with DG Set supply

27. Communication interface RS 232IUSB port for software interface, SNMPinterface Support

28. Certification For Safety & EMC as per international standardi.e. EMC Standard-EN50091-2, IMC, CE,ROHS, BIS certifications

29. Transients All Critical source and sensitive loads shouldhave protection from Transients

30. MCOV The unit shall have maximum ContinuousOperating voltage (MCOV) rating of min 320Volts

31. Warranty One/ Three years comprehensive on-sitewarranty.

65 I P age

VH.P. State Electronics DevelopmentCorporation Ltd.

RFPfor rate contracti procurement of UPSand Printers

Item No.6: 5 KVA ONLINE UPSSr. Item Description ComplianceNo. Yes/No

Model No.1. Manufacturer ISO 9001 & ISO 14001Certified2. Technology IGBT Based PWM Technology

Microprocessor controlled Digital DesignDouble Conversion True on line UPS

3. Overall Efficiency >=91%4. Input Voltage & Range 230Vac (lPh+ N) Range 160V-300VAC

( I-Phase) @ 100% load5. Input Frequency Range 50Hz6. Input Phase Single Phase in/I Phase out7. Input power factor 0.99 @100% load8. Output voltage 220VAC9. Voltage Regulation +1-1%10. Frequency 50Hz +1-0.1Hz11. Harmonic Distortion <=2%THD (linear load)

(THD)12. Output Waveform Pure Sinewave13. Crest Factor 3:1(max.)14. Output Power factor 0.815. Battery Backup Min 01 hour battery backup16. BatteryType Sealed Lead Maintenance Free VRLA type or

better17. DC Bus Voltage As per OEMArchitecture18. Battery Capacity(VAH) Min. 8064VAH19. Transfer time AC mode to battery& Inverter to bypass=O20. Battery Enclosure Power coated cabinets matching with color of

UPS, Made of Screw 1 Nut-Bolt less for easyinstallation& maintenance

21. Battery Brands Reputed & Reliable brands like ExidelRocket/Quanta

22. General Operating o to 95%RH@ 0.50 degree C(non-condensing)temperature

23. Noise Level <55 db@ 1meter24. Alarms & Indications All Necessary Alarms & Indications essentials

for performance monitoring of UPS like mainsfail, low battery, overload& fault detection etc.

25. By pass Automatic Bypass Switch26. Compatibility UPS to be compatible with DG Set supply27. Communication RS 232IUSB port for software interface, SNMP

interface interface Support28. Certification For Safety & EMC as per international standard

i.e. EMC Standard-EN50091-2, IMC, CE,ROHS,BIS

29. Transients All Critical source and sensitive loads shouldhave protection from Transients

30. MCOV The unit shall have maximum ContinuousOperating voltage (MCOV) rating of min 320Volts

31. Warranty Onel Three years comprehensive on-sitewarranty.

H.P. State ElectronicsDevelopment Corporation ltd. ~\ J_0- .~ V l:y,..-

661 Page

RFPfor rate contractJ procurement of UPSand Printers

• Item No.7: 6 KVA or higher Online UPS SystemSr. Technical Specifications ComplianceNo. Yes/ No

Model No.

1. Manufacturer ISO 9001 & ISO 14001 Certified2. Technology IGBT Based PWM Technology

Microprocessor controlled Digital DesignDouble Conversion True on line UPS WITHISOLA nON TRANSFORMERCapacity in VA: 6 KVA

3. Overall Efficiency >=91%4. Input Voltage & Range 230Vac (lPh+ N) Range 160V-300V AC

( l-Phase) @ 100% load5. Input Frequency Range 50 Hz (46-54HZ)6. Input Phase Single Phase in/I Phase out7. Input power factor 0.99 @100% load8. Output voltage 220V AC (Single Phase)9. Voltage Regulation +1-1%10. Frequency 50Hz +1-0.1Hz11. Harmonic Distortion <=3%THD (linear load»=6% THD(Non-linear

(THD) load)12. Output Waveform Pure Sine wave13. Crest Factor 3: 1(max.)14. Output Power factor 0.815. Battery Backup Min 01 hour battery backup16. Battery Type Sealed Lead Maintenance Free VRLA type or

better17. DC Bus Voltage As per OEM Architecture18. Battery Capacity(V AH) Min.8064VAH19. Transfer time AC mode to battery & Inverter to bypass=O20. Battery Enclosure Power coated cabinets matching with colour of

UPS, Made of Screw 1 Nut-Bolt less for easyinstallation & maintenance

21. Battery Brands Reputed & Reliable brands like ExidelRocket/Quanta

22. General Operating o to 95%RH @ 0.50 degree C(non-condensing)temperature

23. Noise Level <65 db@ 1 meter24. Alarms & Indications All Necessary Alarms & Indications essentials

for performance monitoring of UPS like mainsfail, low battery, overload & fault detection etc.

25. By pass Automatic Bypass Switch26. Compatibility UPS to be compatible with DG Set supply27. Communication RS 232IUSB port for software interface, SNMP

interface interface Support28. Certification For Safety & EMC as per international standard

i.e. EMC Standard-EN 50091-2, !MC, CE,ROHS,BIS

29. Transients All Critical source and sensitive loads shouldhave protection from Transients

30. MCOV The unit shall have maximum Continuous

H.P. State Electronics Development Corporation Ltd.V 67 I P age

i ~f// -rI

l

RFPfor rate contractJ procurement of UPSand Printers

Operating voltage (MCOV) rating of min 320 1

Volts31. Warranty Onel Three years comprehensive on-site

warranty.

Item No.8: 1OKVA ONLINE UPS (Single Phase)Sr. Item Description ComplianceNo. Yes! No

Model No.1. Manufacturer ISO 9001 & ISO 14001 Certified2. Technology IGBT Based PWM Technology

Microprocessor controlled Digital DesignDouble Conversion True on line UPS

3. Overall Efficiency >=92%4. Input Voltage & Range 230VAC (lPh+ N) Range 160V-300V AC

( l-Phase) @ 100% load5. Input Frequency Range 50Hz6. Input Phase Single in/I Phase out7. Input power factor 0.99 @100% load8. Output voltage 220VAC9. Voltage Regulation +1-1%10. Frequency 50Hz +/-0.1 Hz Or60 Hz11. Harmonic Distortior <=2% THD (linear load)

(THD)12. Output Waveform Pure Sinewave13. Crest Factor 3:1(max.)14. Output Power factor 0.815. Battery Backup Min 01 hour battery backup16. Battery Type Sealed Lead Maintenance Free VRLA type or

better17. DC Bus Voltage As per OEM Architecture18. Battery Capacity(V AH) Min. 16128VAH19. Transfer time AC mode to battery & Inverter to bypass=O20. Battery Enclosure Power coated cabinets matching with color of

UPS, Made of Screw/Nut-Bolt less for easyinstallation & maintenance

21. Battery Brands Reputed & Reliable brands like Exide/ Rocket!Quanta

22. General Operating o to 95%RH @ 0.50 degree C (non-condensing)temperature

23. Noise Level <58 db@ 1meter24. Alarms & Indications All Necessary Alarms & Indications essentials

for performance monitoring of UPS like mainsfail, low battery, overload & fault detection etc.

25. By pass Automatic Bypass Switch26. Compatibility UPS to be compatible with DG Set supply27. Communication RS 232IUSB port for software interface, SNMP

H.P. State Electronics Development Corporation Ltd.

V~68 I P age

RFPfor rate contract/ procurement of UPSand Printers

! interface interface support

28. Certification For Safety & EMC as per international standardr.e, EMC Standard-EN50091-2, !MC, CE,ROHS, BIS certifications

29. Transients All Critical source and sensitive loads shouldhave protection from Transients

30. MCOV The unit shall have Maximum ContinuousOperating Voltage (MCOV) rating of min 320Volts

31. Warranty Onel Three years comprehensive on-sitewarranty.

Item No.9: 10KVA ONLINE UPS (Three Phase)Sr. Item Description Compliance

No. Yes/NoModel No.

1. Manufacturer ISO 9001 & ISO 14001 Certified2. Technology IGBT Based PWM Technology

Microprocessor controlled Digital DesignDouble Conversion True on line UPS

3. Overall Efficiency >=92%4. Input Voltage & Range 310-480VAC (3Ph+ N) Range ( 3Phase) @

100% load5. Input Frequency Range 50Hz6. Input Phase Three Phase in/Single Phase out7. Input power factor 0.99 @100% load8. Output voltage 220VAC9. Voltage Regulation +1-1%10. Frequency 50Hz +1-0.1Hz Or60 HzII. Harmonic Distortion <=2% THD (linear load)

(THD)12. Output Waveform Pure Sinewave13. Crest Factor 3:1(max.)14. Output Power factor 0.815. Battery Backup Min 01 hour battery backup16. Battery Type Sealed Lead Maintenance Free VRLA type or

better17. DC Bus Voltage As per OEM Architecture

18. Battery Capacity(V AH) Min.16128VAH19. Transfer time AC mode to battery & Inverter to bypass=O

20. Battery Enclosure Power coated cabinets matching with color ofUPS, Made of Screw 1 Nut-Bolt less for easyinstallation & maintenance

21. Battery Brands Reputed & Reliable brands like Exidel Rocket!Quanta

22. General Operating o to 95%RH @ 0.50 degree C (non-condensing)temperature

H.P. State Electronics Development Corporation Ltd.~769 I P age

~ z-: -: ~.

RFPfor rate contract! procurement of UPSand Printers •23. Noise Level <58 db@ 1meter 1

24. Alarms & Indications All Necessary Alarms & Indications essentialsfor performance monitoring of UPS like mainsfail, low battery, overload & fault detection etc.

25. By pass Automatic Bypass Switch26. Compatibility UPS to be compatible with DG Set supply27. Communication RS 232IUSB port for software interface, SNMP

interface interface support28. Certification For Safety & EMC as per international standard

I.e. EMC Standard-EN50091-2, IMC, CE,ROHS, BIS certifications

29. Transients All Critical source and sensitive loads shouldhave protection from Transients

30. MCOV The unit shall have Maximum ContinuousOperating Voltage (MCOV) rating of min 320Volts

31. Warranty Onel Three years comprehensive on-sitewarranty.

,

Item No.1 0: 20KVA ONLINEUPS (Three Pahse)Sr. Item Description ComplianceNo. Yes/No

Model No.1. Manufacturer ISO 9001 & ISO 14001Certified2. Technology IGBT Based PWM Technology

Microprocessor controlled Digital DesignDouble Conversion True on line UPS

3. Overall Efficiency >=92%4. Input Voltage & 310-480Vac (3Ph+ N) @ 100% load

Range5. Input Frequency 50Hz

Range6. Input Phase Three Phase in! One Phase out7. Input power factor 0.99 @100% load8. Output voltage 220VAC9. Voltage Regulation +1-1%10. Frequency 50Hz +1-O.1Hz11. Harmonic Distortion <=2%THD (linear load)

(THD)12. Output Waveform Pure Sinewave13. Crest Factor 3:1(max.)14. Output Power factor 0.8

15. Battery Backup Min 01 hour battery backup16. Battery Type Sealed Lead Maintenance Free VRLA type or

betterDC Bus Voltage As per OEMArchitecture

'tery Min. 31200VAH

rte ElectronicsDevelopmentcorporat;oV 70 I P age

#'2.---' V ~

RFPfor rate contractl procurement of UPSand Printers

.~Capacity(V AH)

19. Transfer time AC mode to battery & Inverter to bypass=O

20. Battery Enclosure Power coated cabinets matching with color ofUPS, Made of Screw I Nut-Bolt less for easyinstallation & maintenance

21. Battery Brands Reputed & Reliable brands like Exidel Rocket!Quanta

22. General Operating o to 95%RH @ 0.50 degree C (non-condensing)temperature

23. Noise Level <58 db@ 1 meter

24. Alarms & Indications All Necessary Alarms & Indications essentialsfor performance monitoring of UPS like mainsfail, low battery, overload & fault detection etc.

25. By pass Automatic Bypass Switch

26. Compatibility UPS to be compatible with DG Set supply

27. Communication RS 232IUSB port for software interface, SNMPinterface interface support

28. Certification For Safety & EMC as per international standardi.e. EMC Standard-EN50091-2, !MC, CE,ROHS, BIS certifications

29. Transients All Critical source and sensitive loads shouldhave protection from Transients

30. MCOV The unit shall have Maximum ContinuousOperating Voltage (MCOV) rating of min 320Volts

31. Warranty Onel Three years comprehensive on-sitewarranty.

Item No 11· SMF BatteriesSI. No.! Item Description ComplianceDetails (Sealed Maintenance Free Batteries of Make:- Exidel Rocket I Yes/ No

Quanta) Make & ModelNo.

1. 12Volts17AH SMF Batteries

2. 12Voltsl18AH SMF Batteries

3. 12Volts/26AH SMF Batteries

4. 12Volts/42AH SMF Batteries

5. 12Volts/65AH SMF Batteries

6. 12Volts/l00AH SMF Batteries

7. 12Volts/120AH SMF Batteries

8. 12Volts/150AH SMF Batteries

Mode of Voltage setting Current settingoperation per 12VoltsFloat 13.5V O.1C to .25C \ ,)

H.P. State ElectronicsDevelopmentCorporation Ltd.V 71 I P age,/ ;,

/ ) vI

RFP for rate contractl procurement of UPS and Printers

I O.l C to .25C,

Cyclic l3.8V ~FOR Destination )

Warranty 36 months onsite warranty

Installation with Online/ Offline UPS Systems

Certification Batteries should be JISC/ ISO certified

License License of the manufacturing companies/ firms must be enclosed bybidder (both Manufacturer firm & authorised distributer).

Construction Batteries should have inter-cell welding for better integrity & robustconstriction

Brand of Brand of battery must be embossed on the container. Stickers willbattery not be accepted.

Manufacturing Manufacturing month & year should be printed on battery as well asyear on warranty card.

Item No. 12: Buy back offer for SMF Batteries»

Buy Back offer for old SMF 7AH 18AH 26AH 42AH 65AH 100AH 120AHBatteries

I N 13 B b k ff f orm & 0 r UPS Stern 0 uy ac 0 er or me nune systerru-Buy Back offer 650 1000 VA lKVA 2KVA 3KVA 6KVA 10KVA 20KVAfor old UPS VA offlineSystem of

H.P. State Electronics Development Corpor . 72IPage

RFP for rate contractJ procurement of UPSand Printers

'\ Annexure-II

Nrume) _ having its Head Office at

Performance Bank Guarantee Template[Date]

To,

The Managing Director,H.P. State Electronics Development Corporation Ltd.,First Floor, IT Bhawan, Mehli, Shimla-171013.

Dear Sir,

1. Whereas Mis (hereinafter called "CONTRACTOR") has

supplied (as per Bill of Material Specified in this Document) as per

agreement/supply order No. dated signed between the

HPSEDC (hereinafter called "Client") and them and as per the agreement/supply order the

Mis. is supposed to furnish Performance Security for supply of

__________ and maintain the srumefor a period of years.

2. NOW THEREFORE KNOWALL THE MAN THESE PRESENTS THAT WE, _(Bank

___________ (hereinafter called "the Bank") are bound up to the Client

in the sum of Rs. I- (Rs. .:» only) for which payment will

and truly to be made to the said Client, the Bank binds itself, its successors and assignees

by these presents.

3. The Bank further undertakes to pay to the purchaser up to the above amount on receipt of

its first written demand, without the Client having to substantiate its demand. The Client's

decision in this regard shall be final and shall not be called upon to question under any

circumstances. The Bank Guarantee will remain in force up to . However, its----

validity can be got extended before solely at the instance of the Purchaser.------

This clause shall remain valid not withstanding anything else contained to the contrary in

this document.

4. Our responsibility under this guarantee is restricted to Rs. 1- (Rupees

only and it will remain enforce up to _

unless a demand in writing is received by the bank on or before , all your-------

73 I P ageH.P. State Electronics Development Corporation Ltd.

RFP for rate contractJ procurement of UPS and Printers __ ,.rights under the said guarantee shall be forfeited and we shall be released and discharged ,.

from all the.liabilities thereunder.

5. This guarantee will remain in force up to <date of validity> and any demand in respect

thereof should reach the Bank not later than the specified date/dates. However,

notwithstanding anything else contained to the contrary in this Guarantee, if the

implementing agency does not submit the fresh performance bank guarantee (as per

required schedule and amount) till 15 days before expiry of this performance bank

guarantee, the Purchaser may either forfeit the PBG or ask the Bank to extend validity of

the Bank Guarantee for a further period not exceeding six months. In the latter situation,

the Bank shall comply with such a request of extension.

6. Sealed with the Common Seal of the said Bank this day of __ , 2018. In witness

whereof the Bank, through its authorized officer, has set its hand and stamp on this

___ day of , 2018 for Bank _

Witness

Signature

Name

Mls. (complete address)

Note: This guarantee will attract stamp duty as a security bond.

A duly certified copy of the requisite authority conferred on the official/s to execute theGuarantee on behalf of the bank should be annexed to this guarantee for verification andretention thereof as documentary evidence.

H.P. State Electronics Development Cor 74 I P age

RFPfor rate contractJ procurement of UPSand Printers •Annexure-III

Bank Guarantee (BG) Format for EMDDate -----

To

The Managing Director,H.P. State Electronics Development Corporation Ltd., First Floor, ITBhawan, Mehli, Shimla-171013.

Dear Sir,

1.Whereas Mis. (hereinafter called "Bidder") has quoted

against the Tender No: HPSEDCICCIRC/uPS-PRINTERSI2K18-

75 I P ages-

2. invited by Mis H.P. State Electronics Development Corporation Ltd. (HPSEDC)

towards supply of is supposed to furnish Bank Guarantee the same

valid for a period of 120 days.

3.NOW THEREFORE KNOW ALL THE MAN THESE PRESENTS THAT WE,

(Bank Name), having its Head Office at (hereinafter----

called "the Bank") are bound up to the Client in the sum of Rs. 1- (Rs.. _

______ _' only) for which payment will and truly to be made to the said Client,

the Bank binds itself, its successors and assignees by these presents.

4. The Bank further undertakes to pay to the purchaser up to the above amount on receipt of

its first written demand, without the Client! HPSEDC having to substantiate its demand.

The Client's decision in this regard shall be final and shall not be called upon to question

under any circumstances. The Bank Guarantee will remain in force up to 120 days.

However, its validity can be got extended before expiry of its validity solely at the

instance of the HPSEDC. This clause shall remain valid not withstanding anything else

contained to the contrary in this document.

5. Our responsibility under this guarantee IS restricted to Rs. 1- (Rupees----

only and it will remain enforce up to ------unless a demand in writing is received by the bank on or before , all your-----

rights under the said guarantee shall be forfeited and we shall be released and discharged

from all the liabilities thereunder.

H.P. State ElectronicsDevelopmentCorporation Ltd.

RFP for rate contract/ procurement of UPS and Printers

6. This guarantee will remain in force up to <date of validity> and any demand in respect III.

thereof should reach the Bank not later than the specified date/dates. However,

notwithstanding anything else contained to the contrary in this Guarantee, if the bidder

does not submit the fresh bank guarantee or extend the existing Bank Guarantee till 15

days before expiry of this bank guarantee, the Purchaser/ HPSEDC may either forfeit the

BG or ask the Bank to extend validity of the Bank Guarantee for a further period not

exceeding six months. In the latter situation, the Bank shall comply with such a request of

extension.

7. Sealed with the Common Seal of the said Bank this day of __ , 2018. In witness

whereof the Bank, through its authorized officer, has set its hand and stamp on this

___ dayof ,2018forBank _

Witness

Signature

Name

Mls. (complete address)

Note: This guarantee will attract stamp duty as a security bond.

A duly certified copy of the requisite authority conferred on the officialls to execute the

Guarantee on behalf of the bank should be annexed to this guarantee for verification and

retention thereof as documentary evidence.

c76 I P ageH.P. State Electronics Development Corporation Ltd.