request for proposal (rfp) · 2018. 3. 31. · 13 atm procash 280 1 14 3kv generator honda 1 ....
TRANSCRIPT
Reference No: NCUB-HO/Hardware/07/2017-2018
Request for Proposal (RFP)
For
Supply& Installation of Desktop PCs, Laser Printer
Passbook printer, Dot matrix printers, scanner, UPS
with Batteries, Generator, and ATM
Invitation for tender offers
The Nilambur Co Op Urban Bank invites quotation in sealed envelopes (technical and commercial) from
eligible, reputed manufacturers and/or their authorized dealers/agents for Supply & installation of
Passbook printer, Computers, Laser Printer, Dot Matrix printers, scanner, Microsoft Licenses, UPS with
batteries, Generator and ATM at our New branch vaniyambalam in Nilambur Co Operative Urban Bank.
The details are given below:
2. Tender Fee (TF):
Tenderers/Bidders shall furnish the tender fee along with the Technical Bid. The fees has to be in the form of Demand Draft favouring THE NILAMBUR COOPERATIVE URBAN BANK, payable at NILAMBUR. Tender received without tender fee is liable to be rejected.
Tender Reference NCUB-HO/Hardware/07/2017-2018
Last date of submission of BIDs 07/04/2018
Date of opening of Eligibility cum Technical bid Will be informed later
Place of Opening of offers The Nilambur Co Op Bank Head Office
Tender fee Rs 1,500/- Payable by way of DD in favor of NILAMBUR COOPERATIVE URBAN BANK Ltd, at NILAMBUR
Address for Communication System Administrators The Nilambur Co Op Bank Head Office, Near Municipal Bus Stand, Nilambur Ph: 9496362930, 9447751594 04931 226603 [email protected]
Opening of technical offers
Technical offers received by the Bank will be opened in the presence of the Bidder or their authorized
representative who choose to attend the opening of Tender Offers on the date and time specified above.
Only those Bidders who have submitted their offer in response to this tender are permitted to attend the
opening.
It is essential that all clarifications / queries, if any, be submitted to the Bank at least 5 days before the
last date for receipt of offers.
Technical Specifications, Terms and Conditions and various format and proforma for submitting the
Tender offer are described in the tender document and its Annexures.
TENDER NOTICE
Notice Inviting Tender for supply Computers, Passbook Printer, Laser printer, Dot Matrix printer,
scanner, UPS with batteries, Generator and ATM for Nilambur Co Operative Urban Bank bank
Sealed tenders are invited from reputed firms or their Kerala based authorized Representatives/
Distributors for supply, installation Computers, Passbook printer, Dot-matrix printers, Laser Printer,
Scanner, Microsoft Licenses, UPS with batteries, Generator and ATM. Parties competent mentioned
above can obtain the tender documents with detailed particulars of the work and terms and conditions
of tender from this office during the office working hours. The tender forms can also be downloaded
from our web site http://www.nilamburcub.com/tenders. or can be received by email on request to The
General Manager Nilambur Co-op Urban Bank Ltd. The last date of submission of completed tender is
07/04/2018.
PLACE: NILAMBUR GENERAL MANAGER,
DATE: 28.03.2018 NILAMBUR CO-OP.URBAN BANK,
P.B.No 10.Nilambur.679329
BILL OF MATERIALS WITH GENERAL SPECIFICATIONS
Requirement & General Specifications of the items:
The approximate quantity of various hardware is as under:
No Item Numbers
1
Acer/DELL/Lenovo Intel i3 Processor 7th Generation or Above, Chipset Intel H110 or above / 4GB DDR4 Memory , 1X1000 GB SATA HDD, Ultra ATA 100, 7200 RPM
Serial port X1 Parallel port x1/ PCIe Port Minimum 1, Gigabit LAN, USB
Port 6 Nos Minimum and 2 in front, NO Optical Drive, LCD Monitor
18.5” or above, Keyboard /Optical Mouse, 3 Years Warranty
3
2 Brother HL-L2321D Laser printer 600x600 DPI, HQ1200 (2400 x 600 dpi) quality, Up to 32 pages/minute (Letter size) Up to 30 pages/minute (A4 size), 3 Years Warranty
1
3 TVSE SPEED 40 Plus Passbook Printer Impact Dot Matrix, 580cps (VHSD), 520cps (HSD), 400cps (Draft),200cps, (NLQ), 133cps (LQ), 3 Years Warranty
1
4 TVSE 450 STAR, 80clomn /24 PIN Head/300 CPS@NLQ 3 Years Warranty with stand
1
5 TVSE 250 STAR, 80clomn /9 PIN/450CPS@NLQ, 3 Years Warranty with stand
2
6 Canon Lide220 , 1 Year Warranty 1
7 8 Port Non manageable 10/100 Mbps Switch, 1 Year Warranty 1
8 Microsoft OS paper License 6
9 Microsoft office paper License 2
10
Numeric, Zenster, Hycon, Emerson 5 KVA -120 VDC Double conversion online UPS, IGBT Technology on both inverter & charge section, with in built isolation transformer, High input power factor>0.9 & output power factor 0.8, generator compatibility, Crest factor 3:1, Manul bypass switch, fully DSP controlled technology.
1
11 Numeric, Zenster, Hycon, Emerson 3 KVA -96 VDC online UPS, with in isolation transformer, APFC Technology connecting with 100 AH EXIDE EL TUBULAR batteries
1
12 Batteries Exide EL batteries 100 AH 8
13 ATM Procash 280 1
14 3KV Generator Honda 1
Instructions to Bidders
1. Two separate copies of the offers (One for Technical & other for commercial) must be submitted at
the same time, giving full particulars in Two separate sealed envelopes at the Bank‘s address given
below, on or before 5.00 pm on 07.04.2018.
General Manager The Nilambur Co OP Urban Bank Head Office, Nilambur Mob: 9447883505 Lan : 04931 226603 EXT 109 Email : [email protected]
Offers received after the last date and time specified for such receipt will be rejected. All envelopes
should be securely sealed and stamped.
Two separate sealed envelopes containing offers must be submitted to the Bank directly as under:
1. Technical – 1 copy [Original]
2. Commercial – 1 copy [Original]
Both the envelopes must be super-scribed with the following information:
Type of Offer: (Technical – 1 copy or Commercial – 1 copy)
Tender Reference Number: NCUB-HO/Hardware/07/2017-2018
Due Date: 07.04.2018
Name of the Vendor:
Submission of Proposals (Methodology)
The Proposal shall be submitted in two separate envelopes – Part I covering the Technical, and
Qualification aspects hereinafter referred to as the “Technical Proposal” and Part II covering only the
price schedules separately hereinafter referred to as the “Commercial Proposal” separately .The two
parts should be in two separate covers, each super-scribed with the name of the Project (“Technical
Proposal” for supply of Computer Hardware, Printers, Scanner, UPS with batteries, Generator and
ATM for Nilambur Co Op urban Bank at Vaniyambalm branch) and (“Commercial Proposal” for supply
of Computer Hardware, Printers, Scanner, UPS with batteries and ATM for Nilambur Co Op urban
Bank at Vaniyambalm branch) as the case may be.
Documents comprising the Technical Proposal Envelope, should be:
(a) Compliance to Terms and Conditions of Contract (TCC) (Annexure-A)
(b) Compliance to Technical Specifications of each item (Annexure-I, II, III, IV, V, VI)
(c) Authorized dealership certificate from the manufacture on the letterhead of the
Manufacturer. (In case vendor or not manufacturer.)
(d) Company information (Annexure-B)
(e) Quotation criteria checklist (Annexure-C)
Any Technical Proposal not containing the above will be rejected.
Any Technical Proposal containing any price information will be rejected.
Documents comprising Price Proposal Envelope, should be:
(a) Full Price Schedule of the Goods and/or System and/or Services (FORM-I separately).
Annexure-A
CRITERIA FOR THE ELIGIBILITY FOR PARTICIPATING IN THE TENDER
The bidding is open to all qualified Bidders who fully meet the following qualifying requirements
1. The eligible bidders should be an Indian company registered to manufacture the Tendered item or authorized by the manufacturer to supply the equipment and submit the bid for the same. Authorization letter issued to the bidder from the Original Equipment Manufacturer (OEM) shall be enclosed with the bid. Bids without the authorization letter will summarily be rejected. The bidder shall be willing to undertake the Annual Maintenance Contract (AMC) and willingness for AMC shall form part of the bid.
2. Original Authorization Certificate from the principal Company should be attached and submitted with the tender offer.
3. The Bidder Company should be in the IT industry for at least 3 years.
4. The bidder must be a reputed commercial entity Firm having GST Registration/Income tax Registration (PAN). And/or other statutory registration as may be applicable
5. The bank reserves its rights to select single or multiple bidder companies to fulfil its requirements for which this tender has been published.
6. The bank will have its rights, during discussions with the shortlisted companies, to change the requirements /specifications of items mentioned in the BOM in order to opt for cost-effective or technically more feasible solutions.
7. The bidder must have previous experience in SUPPLY, INSTALLATION AND maintaining hardware and network systems in Govt. organization/PSUs /Banks segment in Kerala during the block of last five financial years (i.e. 2011-12 to 2017-18). Copy of minimum one such order (bagged during the block of aforesaid three years) from any of the aforesaid categories of institutions should be furnished.
8. The bidder should have office setup at Kerala with representation in Malappuram/ Palakkad/ Thrissur/ Kozhikode/Ernakulam Districts.
9. The bidder should provide list of 3 references along with details such as name, designation, address (Both postal as well as e-mail) & telephone number of the contact person along with the value of
the contract in the format specified below
10. Delivery of the Goods shall be made by the Supplier within Three (3) weeks from the date of
Purchase Order/ Award of Contract. The details of shipping and/or other documents to be furnished
by the Supplier are specified hereunder:
11. The warranty period shall be minimum for 3 Year from the date of acceptance of the Goods.
12. Free on-site maintenance services shall be provided by the Supplier during the period of warranty. During the Warranty period, the Supplier should also provide preventive maintenance services periodically (quarterly), free-of-cost. The Bank at its discretion may enter into AMC after Warranty period of 3 years of equipment’s.
13. If selected, the bidder should be willing to enter into an agreement with the bank, wherein he should be willing to comply with all the closes mentioned there in.
14. The bank reserves all rights to: a) Amend any of the above clauses for the purpose of arriving at a cost- effective total technical solution for the bank. b) Reject any tender/tenders or cancel the tender process all together without assigning any reason to the tenderers
15. Payment terms are mentioned below:
(a) On satisfactory delivery & stock
Verification of all items :: 40%
(b) On successful installation, testing and
Commissioning of all the items :: 60%
Total :: 100%
16. Notices
The following shall be the address of the Bank and Supplier:
Bank’s address for notice purposes:
THE NILAMBUR CO OP URBAN BANK
HEAD OFFICE
NILAMBUR PO
NILAMBUR
NEAR MUNICIPPAL BUSTAND
MALAPPURAM 679329
Supplier’s address for notice purposes:
.............................................
.............................................
.............................................
.............................................
A notice shall be effective when delivered or on the notice’s effective date whichever is later.
Annexure-I
PART I Hardware Technical Specifications (Minimum) PC configuration
Sl.No Component Technical Specifications Compliance
(Yes/ No)
Deviation
if any
1 Make/Mode Acer Veriton, DELL, Lenovo
2 Warranty 3 Year Standard warranty (3-3-3) on site comprehensive warranty
3 CPU Intel Core i3-7th gen or above
4 Memory 4 GB DDR3 Memory or above
6 Monitor 18.5" LED Monitor
7 Hard Disk 1 TB Hard Drive 1X1000 GB SATA HDD,
Ultra ATA 100, 7200 rpm or above
9 Ports I/O ports: 2 Serial, 1 Parallel & 6 USB ports (minimum)
10 Key Board PS/2 107 keys soft membrane keyboard (OEM Make)
11 Mouse PS/2 optical mouse (OEM Make)
12 Ethernet interface
Network Interface Controller: 100/1000Mbps Ethernet
13 Certifications
Certificates to be enclosed: a. ISO 9001certificate for manufacturing & design of Desktop PC for the company b. Red Hat Linux certificate for the Desktop PC model quoted above
Annexure-II
PART II TECHNICAL SPECIFICATIONS (Minimum) FOR PASSBOOK PRINTER
Sl.No Component Technical Specifications Compliance
(Yes/ No)
Deviation
if any
1 Make/Mode TVSE SPEED 40 Plus Passbook Printer
2 Warranty 3 year On site comprehensive warranty
3 Printing
Technology Impact Dot Matrix
4 Printer speed 580cps (VHSD), 520cps (HSD), 400cps
(Draft),200cps (NLQ), 133cps (LQ)
5 Line Length 94 columns @10cpi, 112 columns ,@12cpi,
141 columns @15cpi
6 Paper
Handling
Single sheet, envelopes, label, fanfold(40gr/
m2 to 200gr/ m2-0.65mm to
2.7mm),Passbook (horizontal and vertical) ,
Single sheet width 65-244mm, length 65-
470mm
7 Copies 1 original + 6 copies
8 Special
Functions
Automatic Gap Adjustment (AGA),
Document Auto Alignment, Auto Border
Recognition, Optical Mark Reading,
Automatic Set-up.
9 Graphic
Resolution
60,120,180,240,360 horizontal?
72,90,180,216,360 vertical
10 Character
Set
21 International Code Page,28 International
Character Set
11 Barcodes
UPC A/E, EAN 8/13,
Code 11/39/93/128, ADD-ON 2/5, BCD,
MSI, 2/5Interleaved, 2/5 Matrix, 2/5
Industrial, Postnet, Codabar.
12 Resident
Font
Draft, Courier, Gothic, Prestige, Presentor,
Script, OCR-A/B, Boldface
13 Resident
Emulations
IBM Personal Printer 2390+, Proprinter
XL24-XL24AGM, Epson Lq2550, IBM
4722,Olivetti PR40plus / PR2 / Pr2845,
IBM 9068, HPR 4915
Annexure-III
PART III TECHNICAL SPECIFICATIONS (Minimum) FOR LASER PRINTER
Sl.No Component Technical Specifications Compliance
(Yes/ No)
Deviation
if any
1 Make/Mode Brother HL-L2321D Laser printer
2 Warranty 3 year On site comprehensive warranty
3 Print Resolution
600x600 DPI, HQ1200 (2400 x 600 dpi) quality
4 Print Speed Up to 32 pages/minute (Letter size) Up to 30 pages/minute (A4 size)
5 Memory 8MB
6 Display 16 characters x 1 lines LCD
7 Function High-Speed Laser Printer With Automatic Duplex (2-sided) Printing
8 Interface USB 2.0 Hi-Speed
9 Duplex 2-sided Print
10
Paper Input (Standard Tray)
250-sheets
Annexure-IV
PART IV TECHNICAL SPECIFICATIONS (Minimum) FOR Dot-matrix printer
Sl.No Component Technical Specifications Compliance
(Yes/ No)
Deviation
if any
1 Make/Mode TVSE 450 STAR 80clomn /24 PIN Head/300
CPS@NLQ 3 Years Warranty
2 Warranty 3 year On site comprehensive warranty
3 Paper path standard
Top, Rear and Bottom
4
Continuous Tractor Feed Standard
Convertible Push and Pull Paper Size
5 Positioning speed
250 cps
6 High Speed Draft
Standard 10 and 12 cpi
Annexure-V
PART V TECHNICAL SPECIFICATIONS (Minimum) FOR Dot-matrix printer
Sl.No Component Technical Specifications Compliance
(Yes/ No)
Deviation
if any
1 Make/Mode TVSE 250 STAR 80clomn /9
PIN/450CPS@NLQ
2 Warranty 3 year On site comprehensive warranty
3 Paper path standard
Top, Rear and Bottom
4 Continuous Tractor Feed Standard
Convertible Push and Pull Paper Size
5 Positioning speed 450 cps
6 High Speed Draft Standard 10 and 12 cpi
Annexure-VI
PART VI TECHNICAL SPECIFICATIONS (Minimum) FOR Scanner
Sl.No Component Technical Specifications Compliance
(Yes/ No)
Deviation
if any
1 Type Canon Lide220
2 Light source 3-color (RGB) LED
3 Optical resolution 2400 x 4800dp
4 Selectable resolution 25 - 19200dpi
5 Interface Hi-Speed USB 2.0
6 Scanning gradation color 48bit input -> 48/24 bit output
7 Scanning gradation 16 bit input -> 8 bit output
8 Maximum document size A4 / Letter (216 x 297mm)
9 EZ-Scan Buttons 4 buttons (PDF, AUTOSCAN,
COPY, SEND)
10
Scanning speed
(greyscale)
3.7 msec/line (300 dpi), 5.6
msec/line (2400dpi)
Annexure-V
PART V TECHNICAL SPECIFICATIONS (Minimum) FOR UPS with Batteries
Sl.No Component Technical Specifications Compliance
(Yes/ No)
Deviation
if any
1 Type
Numeric, Zenster, Hycon, Emerson 5 KVA -120
VDC Double conversion online UPS, IGBT
Technology on both inverter & charge section,
with in built isolation transformer, High input
power factor>0.9 & output power factor 0.8,
generator compatibility, Crest factor 3:1,
Manul bypass switch, fully DSP controlled
technology.
2 Type
Numeric, Zenster, Hycon, Emerson 3 KVA -96
VDC online UPS, with in isolation transformer,
APFC Technology connecting with 100 AH
EXIDE EL TUBULAR batteries
3 Batteries Exide EL 100 AH Batteries
Annexure-VI
PART V TECHNICAL SPECIFICATIONS (Minimum) FOR ATM
Sl.No Component Technical Specifications Compliance
(Yes/ No)
Deviation
if any
1 Type
Procash 280, Lobby type front load, intel dual
core with 2.6GHz, 1 TB HHD or above, 2 GB
Ram or above, CDROME, OS windows 7, single
touch application, DIP Hybrid card reader
(track 1,2 ) with EMV 4.x Level 1 Certified.
Dispenser: state of art less Dispenser
Dispense speed of up to 8 Notes per second.
Dispense capacity of 60note per transaction.
4 denomination with 5 cassette. 16 Key
stainless steel PIN keypad. 15 color auto
scaling TFT LCD SVGA. Journal printer dot
matrix. Electronic combination lock, DVR with
camera
Annexure-VII
PART V TECHNICAL SPECIFICATIONS (Minimum) FOR ATM
Sl.No Component Technical Specifications Compliance
(Yes/ No)
Deviation
if any
1 Type
3KV Generator Honda Max. Output 3000 VA Rated Output 230v / 50 Hz 2800 VA Engine Type HONDA GX200T/OHV, Single Cylinder, Air Cooled Engine Throttle Electronic Governor (Load Sensitive), Equipped Starting Recoil Start Fuel Type Unleaded Petrol Fuel Tank Capacity (Ltrs.) 12.5 Continuous Operating Hours 6.9*
FORMATS
No. Description Form No.
1 Price Schedule Form 1
FORM 1
PRICE SCHEDULE (FORM 1 Separate Envelope)
Item Description Configuration as per PART I and PART II of Annexure I,II,II Technical Specifications
Model Quoted
Total unit Price inclusive of Warranty period for 3 years on sit
GST Total unit price inclusive of Warranty period for 3 years on site with GST
Computers
Passbook Printer
Laser Printer
TVSE 450 STAR 80clomn
TVSE 250 STAR 80clomn
Canon Lide220
8 Port Non manageable 10/100 Mbps Switch
Microsoft OS paper License
Microsoft office paper License
UPS 5KVA
UPS 3KVA
Batteries Exide EL batteries 100 AH
ATM Procash 280
Buyback price for 5KVA numeric UPS 3 numbers
Buyback price for 100 AH Rocket smf batteries 10 No
Buyback 6 EL 130AH 8 batteries
BIDDER’S DECLARATION
To
The General Manager,
The NILAMBUR Cooperative Urban Bank Ltd.,
Head Office, NILAMBUR, Kerala State.
Sir,
We have read all terms and conditions given in this tender form and submit this completed bid along with
our wellness to the terms and conditions mentioned in this tender form.
Place: -------------
Signature of authorized signatory of the bidder company: -------
Seal and date: ----------------------------
ANNEXURE- B
FORMAT FOR TECHNICAL QUOTATIONS:
The Service provider has to incorporate the following details in their technical bid:
1. Proposed plan of action – procurement lead time etc to hardware installation and operationalization
2. Security aspect incorporated in the equipment’s proposed – keeping in view of bank’s requirements
3. Plan of implementation- hardware Installation, system integration etc. to implementation 4. Special requirements of the Bank as gathered by the vendor
5. Company information (Format given below):
S.no. Particulars Response
1 Reg.Name of the Company
2 Name of the individual responding to this request
3 Designation of the individual responding to this
request
4 Contact Postal Address
a) Telephone
b) Fax number
c) E – mail address
5 Parent Company (if any)
6 GST Registration
7 Pan card Number
8 Financial Details – latest turn over (attach audited
balance sheets)
9 Details of similar projects handled in this financial year
10 Specifically mention the nature of services provided to
Bank client(s)
11 Details of expertise in the related field (customer
feedback)
12 Give details of your implementation support services
13 Special mention about the edge, if any, the Service
Provider has over its competitors
13 Any other information, which may be relevant
ANNEXURE -C
Quotation criteria checklist:
S.No Criteria Yes / No
1 Whether the bidder has at least 1 Year experience in
implementing the related works. Name of at least one bank
project be given as per requirement.
2 Whether Service Provider can provide service support from
nearest location to the bank. A list of company contact
persons with Address, Telephone nos., may be provided, if
available.
3. Provide a toll free number for fault registering, if available
and Escalation Matrix to resolve faults