Empanelled Vendors Only for Branches & Offices of … for computer...Request for Proposal for...

50
Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone Page1 Kanpur Zone Information Technology Department 78-A, Raj Bhawan Complex, Canal Road Kanpur (U.P.) 208004 E-Mail :- [email protected] Phone :- 0512-2305724 Ref No. ZO/IT/MKC/2016-17 Date :- 29-10-2016 Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone Name of Work Last Date of Receipt of the Tender Supply, Installation, Commissioning and Testing of Computer Hardware System & Peripherals for Various Branches & Offices of Kanpur Zone 15-11-2016 up to 16:00 Hrs The approximate quantity of various computer hardware & peripherals are as under :- Sr No. Name of Work i.e. ( Supply, Installation, Testing and Commissioning of ) Approximate Quantities Address for Communication and Submission of Bid 1. Desktop PC with Hard Disk 83 (+/-25) Bank of India Information Technology Department, 78-A, Raj Bhawan Complex, Canal Road Kanpur (U.P.) 208004 E-Mail :- [email protected] o.in Phone :- 0512-2305724 2. PC Thin Client 37 (+/-20) 3. Pass Book Printer 12 (+/-10) 4. 136 Column Dot Matrix Printer 28 (+/-20) 5. 40 Column Dot Matrix Printer 12 (+/-5) 6. High Speed Dot Matrix Printer 15 (+/-5) 7. Deskjet Printer 20 (+/-15) 8. Laserjet Printer ( With Network Card) 14 (+/-5) 9. Scanner 13 (+/-5) 10. Monitors Only 15 (+/-10) The Bank intends to procure the above mentioned Computer peripheral items for its various Branches as well as offices in Kanpur Zone and for the purpose, invites sealed quotations for the same as per specifications as indicated in annexure C from the empanelled vendors as per Annexure-I given below. These prices shall remain valid for all orders placed with the selected vendor for a period of 6 (Six) months for the date of first

Transcript of Empanelled Vendors Only for Branches & Offices of … for computer...Request for Proposal for...

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page1

Kanpur Zone

Information Technology Department 78-A, Raj Bhawan Complex, Canal Road Kanpur (U.P.) 208004 E-Mail :- [email protected] Phone :- 0512-2305724

Ref No. ZO/IT/MKC/2016-17 Date :- 29-10-2016

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Name of Work Last Date of Receipt of the Tender

Supply, Installation, Commissioning and Testing of Computer Hardware System & Peripherals for Various Branches & Offices of Kanpur Zone

15-11-2016 up to 16:00 Hrs

The approximate quantity of various computer hardware & peripherals are as under :- Sr No. Name of Work i.e. ( Supply,

Installation, Testing and Commissioning of )

Approximate Quantities

Address for Communication and Submission of Bid

1. Desktop PC with Hard Disk 83 (+/-25) Bank of India Information Technology Department, 78-A, Raj Bhawan Complex, Canal Road Kanpur (U.P.) 208004 E-Mail :- [email protected] Phone :- 0512-2305724

2. PC Thin Client 37 (+/-20) 3. Pass Book Printer 12 (+/-10) 4. 136 Column Dot Matrix

Printer 28 (+/-20)

5. 40 Column Dot Matrix Printer

12 (+/-5)

6. High Speed Dot Matrix Printer

15 (+/-5)

7. Deskjet Printer 20 (+/-15) 8. Laserjet Printer ( With

Network Card) 14 (+/-5)

9. Scanner 13 (+/-5) 10. Monitors Only 15 (+/-10)

The Bank intends to procure the above mentioned Computer peripheral items for its

various Branches as well as offices in Kanpur Zone and for the purpose, invites sealed quotations for the same as per specifications as indicated in annexure C from the empanelled vendors as per Annexure-I given below. These prices shall remain valid for all orders placed with the selected vendor for a period of 6 (Six) months for the date of first

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page2

such purchase order duly accepted by the vendor and Bank reserves the right to place repeat order, if necessary, to the selected vendor during the above validity period. You are requested to send your proposals – Technical and Price as per enclosed formats. The methodology for submission of the proposals is enumerated in Annexure A. Terms and Conditions of Contract (TCC) are given in Annexure B.

In this regard, a two- envelope Bidding Procedure (Technical Bid and Price Bid in

separate envelops) has to be adopted. The Technical Proposal envelope should not contain any financial terms like cost of Hardware / System software or any of its components. The technical proposal should contain “Technical compliance sheet” in out format only otherwise Bank has the right to reject your tender.

Please note that this is only an enquiry and without any commitment of on

the part of Bank to place the order with you, and / or purchase the said or any hardware and peripherals. Please also note the following while submitting your proposal:

1. Only one Model / reputed Make (such as HP/DELL/ACER/HCL/LENOVO/SAMSUNG/WIPRO/TVS/LIPI/ etc.) , strictly conforming to the specifications should be quoted. 2. Total unit cost to the Bank will be decided on the basis of unit cost of the hardware and software inclusive of three year warranty /AMC support for 3+1 years taken together. 3. The price bids will be opened and evaluated only for those participants who are found to be technically qualified. 4. The price Schedule should be submitted as per our prescribed format. 5. Technical specifications of the equipment offered (against the requirement specified) as well as the technical details (in the prescribed format) should be furnished along with the Bid, for all the standard and optional items if any offered. Otherwise the offer would be treated as non responsive. 7. Any deviation from the specifications in the products offered should be separately brought out explicitly, in the column provided for this purpose. 8. The Bank reserved the right to accept or reject in part or full any or all the offers without assigning any reason thereof. 9. The proposal shall remain valid for 60 days from the date of opening of Proposal and the rates of items finally selected shall remain valid for 6 months from the date of award of contract.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page3

10. The bids received and accepted will be evaluated by the Bank to ascertain the best and lowest bid in the interest of the Bank. However, the Bank does not bind itself to accept the lowest or any Bid and reserves the right to reject any or all bids any point of the time prior to the order without assigning any reasons whatsoever. The bank reserves the right to re-tender without assigning any reasons whatsoever. The bank shall not incur any liability to the affected bidder(s) on account of such rejection. Bank shall not be obliged to inform the affected bidder(s), the grounds for the Bank’s rejection. The bank reserves the right to modify any terms, conditions and specifications of the RFP and Bank reserves the right to obtain revised price bids from the bidders with regard to change in RFP clauses. The Bank reserves the right to accept any bid in whole or in part. 11. The bidder may quote the best competitive price in the commercial bid as Bank may or may not opt for reverse auction and in case bank does not opt for Reverse Auction, the commercial bid submitted by you will be opened to decide the L1 price. 12. The bidder should have adequate Service support Center at Kanpur, Lucknow & near by places to cover all the branches and offices of Kanpur Zone so that necessary support can be provided to the branches and offices in Kanpur City, Kanpur Dehat, Unnao, Hardoi, Jhansi, Mahoba, Hamirpur, Jalaun & Lalitpur District. Bank may take a reject if necessary Service support is not available for all the branches and offices in Kanpur City, Kanpur Dehat, Unnao, Hardoi, Jhansi, Mahoba, Hamirpur, Jalaun & Lalitpur District. 13. The bank reserves the right to release part order or more than one order. The bank reserves the right to finalize the bill of material and repeat orders. 14. The Bank reserves its right to appoint any consultant or consultants for evaluation of the bid. 15. The vendor may seek clarification (if any) of the tender document from the Bank up to 17-10-2016 from ZO, IT Kanpur in person. 16.The supplier should stick the sticker on all the hardware containing the information about lodging the complaints and details of warranty and AMC expire. 17. The inspections and quality control tests may be conducted on the premises of the Supplier, at point of delivery and / or at the Goods’ final destination i.e. Branches and offices of Kanpur Zone. If conducted on the premises of the Supplier, reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors, at no charge to the Bank

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page4

18.The computer hardware and peripherals quoted by the vendors must be compatible for working with Finacle (core banking solution) software operational at all the branches of Bank of India (our Bank). Before our placement of order the successful bidders have to give a demo of their products i.e. Pass Book Printer, Dot Matrix Printer, Scanner, Laserjet Printer, PC etc at our office and ensure that the make and model of the products quoted by them are compatible and working satisfactorily with our Finacle application software and if not, the said vendor has to provide equivalent or better configured make/model of the corresponding products which are compatible with our application software without any increase of price.

The Bank will not be bound to accept the lowest tender and reserves the right to accept or reject any or all the enders without assigning any reason whatsoever.

Complete documents of this tender is also available on our website :-

www.bankofindia.co.in

Both the proposals (Technical and Financial) should be submitted in the sealed envelopes envelopes clearly indicating as Technical or Financial Proposal and super scribed “PROPOSAL FOR COMPUTER HARDWARE & PHERIPHERAL FOR KANPUR ZONE, BANK OF INDIA”.

The last date for submission for both the proposals (Technical and Financial) is 15-

11-2016 should reach our office by 4:00 PM on that day. The Tender will be open on 16-11-2016 at 10:30 AM at our office. You may make it convenient to attend the said meeting in person or through your authorized representative who should be of the decision making level of the bidder’s company

Yours Faithfully

(Anil Kumar Singh) Depty Zonal Manager

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page5

DISCLAIMER

The information contained in this Request for Proposal (RFP) document or information provided subsequently to bidder(s) or applicants whether verbally or in documentary form by or on behalf of Bank of India (Bank), is provided to the bidder(s) on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided. This RFP is neither an agreement nor an offer and is only an invitation by Bank to the interested parties for submission of bids. The purpose of this RFP is to provide the bidder(s) with information to assist the formulation of their proposals. This RFP does not claim to contain all the information each bidder may require. Each bidder should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP and where necessary obtain independent advice. Bank makes no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP. Bank may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP.

Bank may ask for utilization of Duty Credit Scrips (DCS) under Served from India

Scheme(SFIS) on Purchase :- (i) Vendors will produce excise / customs duty evidenced invoices. Where purchases are made for small amounts up to Rs 10 Lacs on the basis of quotations from dealers of various capital goods, the resulting invoices does not usually indicate the amount of excise duty if any, payable. Even in respect of higher value purchases through regular tendering, in many cases the invoice does not show excise duty. Therefore, user departments would hereafter insist on the excise duty / custom duty payable being compulsorily shown on the invoices to claim relief under DCS.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page6

Annexure-A Instructions to Vendors Submission of Proposals (Methodology) The Proposal shall be submitted in two separate envelopes – Part I covering the Technical, Commercial (except equipment price) and Qualification aspects hereinafter referred to as the “Technical Proposal” and Part II covering only the price schedules hereinafter referred to as the “Price Proposal” . The two parts should be in two separate covers, each super-scribed with the name of the Project (“Technical Proposal” for Procurement of Computer Hardware System & Peripheral for Kanpur Zone of Bank of India) and (“Price Proposal” for Procurement of Computer Hardware System & Peripheral for Kanpur Zone of Bank of India) as the case may be. Documents comprising the Technical Proposal Envelope, should be: (a) Compliance to Terms and Conditions of Contract (TCC) (Annexure-B) (b) Compliance to Technical Specifications of each item (Annexure-C) (c) Manufacturer’s Authorization as per FORM-5 (in case vendor is not the Manufacturer). (d) Service Support Details Form (FORM-7) (e) Proposal Form (FORM-1) completed and duly signed by the vendor; (f) Annexure-D in respect of reverse Auction Requirements, duly signed by the authorized representative of the vendor on company’s letterhead. 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-3) (b) The Proposal Form (Form-2) duly signed by the vendor and completed. Each copy of the Proposal should be in two parts, as mentioned below. The vendors shall seal the “Technical Proposal” and “Price Proposal” separately and the same shall:

(a) be addressed to the Bank at the address given; and (b) Bear the Project Name “PROPOSAL FOR PROCUREMENT Computer Hardware System Proposals for branches / offices in Kanpur Zone and a statement “DO NOT OPEN BEFORE 16-11-2016. If the envelope is not sealed and marked as above, the will assume no responsibility for the Bank’s misplacement. Proposal must be received by the Bank at the address specified, no later than the date & time specified in Request for Proposal.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page7

Annexure-B

TERMS AND CONDITIONS OF CONTRACT (TCC)

1. Definitions 1.1. In this Contract, the following terms shall be interpreted as indicated: (a) “The Contract” means the agreement entered into between the Bank (Bank of India), represented by its Head Office / Zonal Offices and the Supplier, as recorded in the Contract Form signed by the parties, including all attachments and 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 of the equipment, machinery, and/or other materials which the Supplier is required to supply to the Bank under the Contract; (d) “The Purchaser” is, Bank of India (Bank), including its Head Office, Zonal Offices, Training Centres and Branches; (e) “The Services” means those services ancillary to the supply of the Goods, such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training and other such obligations of the Supplier covered under the Contract; (f) “TCC” means the Terms and Conditions of Contract contained in this section; (g) “The Supplier” or “the Vendor” means the bidder, individual or firm supplying or intending to supply the Goods and Services under this Contract; and (h) “The Project Site” means various branches/administrative offices of Bank of India, Kanpur Zone spread across in Kanpur City, Kanpur Dehat, Unnao, Hardoi, Jhansi, Lalitpur, Mahoba, Hamirpur, Jalaun districts of Uttar Pradesh. 2. Country of Origin / Eligibility of Goods & Services 2.1 All goods and related services to be supplied under the Contract shall have their origin in eligible source countries, as per the prevailing Import Trade Control Regulations in India. 2.2 For purposes of this clause, “origin” means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembly of components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components. 2.3 The origin of goods and services is distinct from the nationality of the Vendor.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page8

3. Standards

3.1 The Goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications, and, when no applicable standard is mentioned, to the authoritative standards appropriate to the Goods‟ country of origin. Such standards shall be the latest issued by the institution concerned. 4. Use of Contract Documents and Information 4.1 The Supplier shall not, without the Bank’s prior written consent, discloses the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Bank in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 4.2 The Supplier shall not, without the Bank’s prior written consent, make use of any document or information enumerated in this document except for purposes of performing the Contract. 4.3 Any document, other than the Contract itself, shall remain the property of the Bank and shall be returned (in all copies) to the Bank on completion of the Supplier’s performance under the Contract, if so required by the Bank. 5. Patent Rights 5.1 In the event of any claim asserted by a third party of infringement of copyright, patent, trademark, industrial design rights, etc. arising from the use of the Goods or any part thereof in India, the Supplier shall act expeditiously to extinguish such claim. If the Supplier fails to comply and the Bank is required to pay compensation to a third party resulting from such infringement, the Supplier shall be responsible for the compensation including all expenses, court costs and lawyer fees. The Supplier shall on a mere demand by the Bank reimburse whatever expenses incurred by the Bank in this regard, within a period of 7 days of receipt of demand. 6. Inspection and Quality Control Tests 6.1 Inspection and Quality Control tests before evaluation, prior to shipment of Goods

and at the time of final acceptance are as follows:

(i) Inspection of Goods as per quality control formats including functional testing, burn-in tests and mains fluctuation test at full load, facilities etc., as per the standards may be done at factory site of the Supplier before award of the Purchase Contract, by the Bank / Bank’s Consultants;

Provided that the Bank may, at its sole discretion, waive inspection of goods having regard to the value of the order and/or the nature of the goods

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page9

and/or any other such basis as may be decided at the sole discretion of the Bank meriting waiver of such inspection of goods.

(ii) The inspection of the Goods is to check whether the Goods are in conformity

with the technical specifications mentioned in the Invitation for Quotation or the Quotation submitted by the Supplier. The Supplier will dispatch the goods to the ultimate consignee after internal inspection / testing along with the Supplier’s inspection report , manufacturer’s warranty certificate. The Bank / Bank’s Consultants may also carry out pre-dispatch inspection. In such a case, the entire cost of such inspection, including the board, lodging, travelling, incidental expenses of the Bank’s representatives and/or Consultants, shall totally be borne by the Supplier, for the complete duration of the inspection. Successful conduct and conclusion of pre-dispatch inspection shall be the sole responsibility of the Supplier;

(iii) Also, the Bank will test the equipment after completion of the installation

and commissioning at the site of the installation (for site preparation, the Supplier should furnish all details to the Bank sufficiently in advance so as to get the works completed before receipt of the equipment). Complete hardware and software should be supplied, installed and commissioned properly by the Supplier prior to commencement of performance tests;

(iv) The acceptance test will be conducted by the Bank / Bank’s Consultants or

any other person nominated by the Bank, at its option. The acceptance will involve trouble-free operation for a period to be decided by the Bank, but not exceeding seven consecutive days. There shall not be any additional charges for carrying out acceptance tests. No malfunction, partial or complete failure of any part of hardware or excessive heating of motors attached to printers, drivers etc. or bugs in the software should occur. All the software should be complete and no missing modules / sections will be allowed. The Supplier shall maintain necessary log in respect of the results of the tests to establish to the entire satisfaction of the Bank, the successful completion of the test specified. An average uptime efficiency of 98% for the duration of test period shall be considered as satisfactory;

Provided that the Bank may, at its discretion, require the Supplier to devise and conduct the acceptance test, at his own cost, in the presence of Bank’s representative(s) to establish to the satisfaction of the Bank that the configuration/performance of the goods supplied are in conformity with the specifications laid down in the purchase contract.

(v) In the event of the hardware and software failing to pass the acceptance test,

a period not exceeding two weeks will be given to rectify the defects and clear the acceptance test, failing which, the Bank reserves the right to get the

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page10

equipment replaced by the Supplier at no extra cost to the Bank; and

(vi) Successful conduct and conclusion of the acceptance tests for the installed goods and equipment shall also be the sole responsibility and at the cost of the Supplier.

6.2 The inspections and quality control tests may be conducted on the premises of the

Supplier, at point of delivery and / or at the Goods’ final destination. If conducted on the premises of the Supplier, reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors, at no charge to the Bank.

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

Bank may reject the Goods, and the Supplier shall either replace the rejected Goods or make alterations necessary to meet specification requirements, free of cost, to the Bank.

6.4 Nothing stated hereinabove shall in any way release the Supplier from any warranty

or other obligations under this Contract. 6.5 Manuals and Drawings

6.5.1 Before the goods and equipment are taken over by the Bank, the Supplier shall supply operation and maintenance manuals together with drawings, wherever applicable, of the goods. The manuals and drawings shall be in English.

6.5.2 Unless and otherwise agreed, the goods and equipment shall not be

considered to be completed for the purpose of taking over, until such manuals and drawings have been supplied to the Bank.

6.6 For the System & Other Software, the following will apply:

The Supplier shall provide complete and legal documentation of hardware, all subsystems, operating systems, compiler, system software and the other software. The Supplier shall also provide licensed software for all software products, whether developed by it or acquired from others. The Supplier shall also indemnify the Bank against any levies/penalties on account of any default in this regard.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page11

6.7 Acceptance Certificates: 6.7.1 On successful completion of acceptability test, receipt of deliverables, etc., and after

the Bank is satisfied with the working on the system, the acceptance certificate signed by the Supplier and the representative of the Bank will be issued. The date on which such certificate is signed (unless otherwise provided for) shall be deemed to be the date of successful commissioning of the systems

Training shall be conducted on the dates mutually agreed up on and within two months from the date of acceptance of supply.

7. Packing

7.1 The Supplier shall provide such packing of the Goods as is required to prevent

their damage or deterioration during transit to their final destination. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage. Size and weights of packing case shall take into consideration, where appropriate, the remoteness of the Goods‟ final destination and the absence of heavy handling facilities at all points in transit.

7.2 Packing Instructions: The Supplier will be required to make separate packages for each Consignee. Each package will be marked on three sides with proper paint/indelible ink with the following:

(i) Project; (ii) Contract No.; (iii) Country of Origin of Goods; (iv) Supplier‟s Name; (v) Packing List Reference number.

8. Delivery and Documents

8.1 Delivery of the Goods shall be made by the Supplier within four (4) 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:

(i) 3 copies of Supplier’s invoice showing contract number, goods description,

quantity, unit price and total amount;

(ii) Delivery note, Railway receipt or acknowledgement of receipt of goods from the Consignee or in case of goods from abroad, original and two copies of the negotiable, clean, on-board bill of lading marked freight prepaid and two copies of non-negotiable bill of lading;

(iii) 2 Copies of packing list identifying contents of each package;

(iv) Insurance certificate;

(v) Manufacturer’s / Supplier’s warranty certificate;

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page12

(vi) Inspection certificate issued by the nominated inspection agency, if any, and the Supplier’s factory inspection report and Quality Control Test Certificates,

(vii)Country of Origin.

The above documents shall be received by the Purchaser / Bank before arrival of Goods (except where it is handed over to the Consignee with all documents) and, if not received, the Supplier will be responsible for any consequent expenses.

9. Insurance

9.1 The insurance shall be in an amount equal to 100 percent of the value of the Goods from “Warehouse to final destination” on “All Risks” basis including War Risks and Strikes, valid for a period not less than 3 months after installation and commissioning and issue of acceptance certificate by the Bank.

Should any loss or damage occur, the Supplier shall –

(a) initiate and pursue claim till settlement, and (b) promptly make arrangements for repair and/or replacement of any damaged item/s irrespective of settlement of claim by the underwriters.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page13

10. Transportation

10.1 The Supplier is required under the Contract to transport the Goods to a specified place of destination within India , defined as the Project Site, transport to such place of destination in India, including insurance and storage, as shall be specified in the Contract, shall be arranged by the Supplier, and the related costs shall be included in the Contract Price.

11. Incidental Services

11.1 The incidental services to be provided are as under:

(a) Performance of on-site assembly and start-up of the supplied computer hardware, operating system and other software packages;

(b) Furnishing of appropriate hardware, system design and programming services required for development and/or maintenance of the supplied Goods;

Even if the hardware is initially purchased for use with particular Operating System(s), the Bank may, at any future date, use of hardware with any other operating system and in such cases, the supplier shall provide the device drivers required for the hardware components in order for them to function satisfactory in the new operating environment. In the event of such device drivers not being available, the Supplier should substitute the hardware component with another with comparable performance and having a device driver software for the proposed operating system.

(c) Furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied goods and equipment;

(d) Maintenance, repair and software updates of the supplied Goods for a period of one year as specified in the Clause 13 of TCC, provided, that this service shall not relieve the Supplier of any Warranty obligations under this Contract; and

(e) Training to the Purchaser’s personnel at the mutually convenient dates and location, preferably purchaser’s office or other facility, in the installation /operation of the computer hardware, utilities and all contracted software for not exceeding 2 days as specified in TCC Clause 38.

12. Spare Parts

12.1 As specified in the TCC, the Supplier may be required to provide any or all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the Supplier:

(a) Such spare parts as the Bank may elect to purchase from the Supplier,

provided, that this election shall not relieve the Supplier of any warranty obligations under the contract; and

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page14

(b) In the event of termination of production of the spare parts:

(i) advance notification to the Bank of the pending termination, in sufficient time to permit the Bank to procure needed requirements; and

(ii) following such termination, furnishing at no cost to the Bank, the blueprints, drawings, and specifications of the spare parts, if requested.

(iii) The vendor shall stock adequate spares as indented by the Bank at their

respective Zonal Offices to ensure a better uptime, at no cost the bank 13. Warranty

13.1 The Supplier warrants that the Goods supplied under the Contract are new, unused, of the most recent or current models and they incorporate all recent improvements in design and materials. The Supplier further warrants that all Goods supplied under this Contract shall have no defect, arising from design, materials or workmanship or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in India.

13.2 The warranty period is 36 Months, shall start from the date of acceptance of the Goods. Provided that wherever the Goods could not be installed due to the site not being ready or for any reason attributable solely to the Bank, the warranty shall terminate after 36 months from the date of delivery. The Supplier shall, in addition, comply with the performance guarantees specified under the Contract. If, for reasons attributable to the Supplier, these guarantees are not attained in whole or in part, the Supplier shall, make such changes, modifications, and/or additions to the Goods or any part thereof as may be necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and carry out further performance tests in accordance with TCC clause 6. The supplier has to affix a sufficient size of sticker containing the details of contact of lodging complaints and warranty / AMC expire details.

13.3 The Bank shall promptly notify the Supplier in writing of any claims arising under this warranty.

13.4 In case an equipment, peripheral or components such as CPU, monitors, printers, etc. are taken away for repairs, the vendor shall provide a similar standby equipment so that the equipments can be put to use in the absence of the originals/replacements without disrupting the Bank’s regular work.

13.5 Upon receipt of such notice, the Supplier shall, with all reasonable speed, repair or replace the defective goods or parts thereof, without cost to the Bank.

13.6 If the Supplier having been notified, fails to remedy the defect(s) within 2 (two) days, the Bank may proceed to take such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Bank may have against the Supplier under the Contract.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page15

13.7 If during operation, the real Mean Time Between Failures (MTBF) of any piece of equipment or component thereof does not prove to be within 70% (seventy percent) of the specified MTBF, the Supplier shall replace the unit of component with another of at least the same performance and quality, at no cost to the Bank.

13.8 Maintenance Service

13.8.1 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 equipments viz. Computer Systems, Peripherals, UPS, System Software and other software for a period not less than 3 year after the expiry of warranty, at the discretion of the Bank.

13.8.2 The maximum response time for a maintenance complaint from any of the destination (i.e. time required for Supplier’s maintenance engineers to report to the installations after a request call / telegram / fax /e-mail is made or letter is written) shall not exceed 3 (three) hours from receipt of such communication.

13.8.3 It is expected that the average downtime of an item will be less than half the maximum downtime (i.e. defined as number of days for which an item of equipment is not usable because of inability of the Supplier to repair it) as mentioned in the form of Technical Details. In case an item is not usable beyond the stipulated maximum downtime the Supplier will be required to arrange for an immediate replacement of the same till it is repaired. Failure to arrange for the immediate repair / replacement will be liable for penalty of Rs.100/- per day per item. The amount of penalty will be recovered from bank guarantee during warranty period. In the event of Deposit or Bank Guarantee amount not sufficient to set off the liability of the Supplier under this head the Bank shall be at liberty to proceed against the Supplier for recovery of the balance as may be advised.

14. Payment

14.1 Payment shall be made in Indian Rupees, in the following manner:

(i) On Delivery: Ninety percent (90%) of the order value on installation and commissioning of the Hardware ordered, and Purchaser’s (Bank's) acceptance of the Hardware ordered. Wherever installation could not be carried out by the vendor due to the site not being ready even after 30 days after the last date for delivery mentioned in the purchase order, the payment would be released upon Vendor’s submission of a certificate from the location concerned, duly signed (with the office-seal affixed) by the Bank’s authorities concerned that site is not ready. In such a case, the Vendor has to give an undertaking to complete installation within a week of being informed that the site is ready. As already stated, for reasons of delays in installation not attributable to the Bank and/or in the absence of vendor submitting the certificate within the stipulated period as mentioned herein, the liquidated damages would be levied as stated above.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page16

(ii) Balance Payment: Balance Ten percent (10%) will be paid after expiry Warranty period.

14.2 Payment for annual maintenance Charges :

The annual maintenance and repair cost (after warranty period) shall be paid in equal half yearly installments within (30) days from the date of completion of respective half-yearly period, subject to satisfactory services rendered, from the date of installation, commissioning and acceptance of the system at the rate quoted in the price schedule, on receipt of Bank guarantee for 4% (four percent) of the contract rate valid for 36 months from the date of completion of the warranty period. (The Bank guarantee submitted towards Final Payment will be released only after receipt of the above).

Provided that the Bank shall have the option of entering into AMC in respect of all the goods or part of the goods or completely opt out of the AMC. Further provided that the Bank may, during the currency of the warranty or AMC, shift the goods wholly or in part to other location(s) within the country and in such case the Supplier undertakes to continue to warrant or maintain the goods at their new location without any other additional cost to the Bank.

14.3 Bank Guarantee /Performance Security

(i) The Performance Security /Bank Guarantee shall be denominated in Indian rupees. For all the payments to be made against bank guarantees, the bank guarantees shall be issued by a Scheduled Indian Bank or a Foreign bank operating in India, acceptable to the Bank (Purchaser), in the format enclosed. The guarantees issued by other banks should be confirmed by a scheduled Indian Bank or a foreign bank operating in India, acceptable to the Bank (Purchaser).

(ii) The Bank shall be at liberty to set off/adjust the proceeds of the performance security towards the loss, if any, sustained due to the supplier’s failure to complete its obligations under the contract. This is without prejudice to the Bank’s right to proceed against the Supplier in the event of the security being not enough to fully cover the loss/damage.

(iii) In the event of any contract amendment, the Supplier shall, within 7 days of receipt of such amendment, furnish the amendment to the Performance Security, rendering the same valid for the duration of the Contract, as amended for further period of 60 days thereafter. In the event of any correction of defects or replacement of defective equipment during the warranty period, the warranty for the corrected / replaced equipment shall be extended to a further period of 12 months. The performance guarantee for a proportionate value shall be extended by 60 days over and above the extended warranty period.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page17

15. Prices

15.1 Prices payable to the Supplier as stated in the Contract shall be firm and not subject to adjustment during performance of the Contract, irrespective of reasons whatsoever, including exchange rate fluctuations, changes in taxes, duties, levies, charges, etc.

16. Change Orders

16.1 The Bank may, at any time, by a written order given to the Supplier, make changes within the general scope of the Contract in any one or more of the following:

(a) specifications; (b) the method of shipment or packing; (c) the place of delivery; and/or (d) the Services to be provided by the Supplier.

16.2 If any such change causes an increase or decrease in the cost of, or the time required for the Supplier’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or the time stipulated for deliver, installation of equipments, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this clause must be asserted within thirty (30) days from the date of Supplier’s receipt of Bank’s change order.

17. Contract Amendments

17.1 No variation in or modification of the terms of the Contract shall be made, except by written amendment, signed by the parties.

18. Assignment

18.1 The Supplier shall not assign, in whole or in part, its obligations to perform under the Contract, except with the Bank’s prior written consent.

19. Subcontracts

19.1 The Supplier shall notify the Bank in writing of all subcontracts awarded under the Contract, if not already specified in the bid. Such notification, in the original bid or later, shall not relieve the Supplier from any liability or obligation under the Contract. Sub-contract shall be only for bought-out items and sub-assemblies.

19.2 Subcontracts must comply with the provisions of TCC.

20. Delays in the Supplier’s Performance

20.1 Delivery of the Goods and performance of Services shall be made by the Supplier in accordance with the time schedule prescribed by the Purchaser / Bank in TCC.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page18

20.2 If at any time during performance of the Contract, the Supplier or its subcontractor(s) should encounter conditions impeding timely delivery of the Goods and performance of Services, the Supplier shall promptly notify the Bank in writing of the fact of the delay, it’s likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Bank shall evaluate the situation and may, at its discretion, extend the Suppliers‟ time for performance, with or without liquidated damages, in which case, the extension shall be ratified by the parties by amendment of the Contract.

20.3 Except as provided in the above clause, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

21. Liquidated Damages

21.1 If the Supplier fails to deliver any or all of the Goods or perform the Services within the time period(s) specified in the Contract, the Bank shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to 1 percent per week or part thereof of contract price subject to maximum deduction of 10% of the delivered price of the delayed Goods or unperformed services for each week or part thereof of delay, until actual delivery or performance. Once the maximum is reached, the Bank may consider termination of the Contract and initiate action against the supplier as may be deemed necessary.

22. Termination for Default

22.1 The Bank, without prejudice to any other remedy for breach of Contract, by a written notice of default sent to the Supplier, may terminate the Contract in whole or in part:

(a) if the Supplier fails to deliver any or all of the Goods and Services within the period(s) specified in the Contract, or within any extension thereof granted by the Bank;

or

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

22.2 In the event the Bank terminates the Contract in whole or in part, it may procure, upon such terms and in such manner as it deems appropriate, Goods and Services similar to those undelivered, and the Supplier shall be liable to the Bank for any excess costs for such similar Goods or Services. However, the Supplier shall continue performance of the Contract to the extent not terminated.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page19

23. Force Majeure

23.1 Notwithstanding the provisions of TCC, the Supplier shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

23.2 For purposes 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 as acts of the Government in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

23.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Bank in writing of such condition and the cause thereof. Unless otherwise directed by the Bank in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

24. Termination for Insolvency

24.1 The Bank may, at any time, terminate the Contract by giving written notice to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the Bank.

25. Termination for Convenience

25.1 The Bank, by written notice sent to the Supplier, may terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the Bank’s convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective. 25.2 The Goods that are complete and ready for delivery within seven (7) days after the Supplier’s receipt of notice of termination shall be accepted by the Bank at the Contract terms and prices. For the remaining Goods and Services, the Purchaser may elect to have any portion completed and delivered at the Contract terms and prices.

26. Resolution of Disputes

26.1 The Bank and the Supplier shall make every effort to resolve amicably by direct informal negotiation, any disagreement or dispute arising between them under or in connection with the Contract.

26.2 If, after thirty (30) days from the commencement of such informal negotiations, the Bank and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred for resolution to the formal mechanisms specified herein below. These mechanisms may include, but are not restricted to, conciliation mediated by a third party, adjudication in an agreed national forum.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page20

26.3 The dispute resolution mechanism to be applied shall be as follows:

a) In case of Dispute or difference arising between the Bank and a Supplier

relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996. Where the value of the contract is above Rs. 1 Crore, the arbitral tribunal shall consist of 3 arbitrators one each to be appointed by the Bank and the Supplier. The third Arbitrator shall be chosen by mutual discussion between the Bank and the Supplier.

b) Arbitration proceedings shall be held at Kanpur, India, and the language of the

arbitration proceedings and that of all documents and communications between the parties shall be English;

c) The decision of the majority of arbitrators shall be final and binding upon both

parties. The cost and expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the expenses incurred by each party in connection with the preparation, presentation, etc., of its proceedings as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be borne by each party itself; and

d) Where the value of the contract is Rs. 1 Crore and below, the disputes or

differences arising shall be referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the parties.

27. Governing Language

27.1 The governing language shall be English. 28. Applicable Law

28.1 The Contract shall be interpreted in accordance with the laws of the Union of India and the Supplier shall agree to submit to the courts under whose exclusive jurisdiction the Registered Office of the Bank falls.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page21

29. Notices

29.1 The following shall be the address of the Bank and Supplier: Bank’s address for notice purposes:

The Zonal Manager Bank of India, Kanpur Zonal Office 78-A,Raj Bhawan Complex, Canal Road Kanpur – 208004 Uttar Pradesh

Supplier’s address for notice purposes:

………………………...............................................

..........................................................................................

..........................................................................................

..........................................................................................

A notice shall be effective when delivered or on the notice‟s effective date whichever is later.

30. Taxes and Duties

30.1 The Supplier will be entirely responsible for all applicable present and future taxes, duties, levies, charges, license fees, road permits, etc. in connection with delivery of goods at site including incidental services and commissioning. Payment of Octroi, entry-tax, etc., alone, if applicable, will be made at actual, on production of suitable evidence of payment by the Supplier.

30.2 Income / Corporate Taxes in India

The Supplier shall be liable to pay all corporate taxes and income tax that shall be levied according to the laws and regulations applicable from time to time in India and the price bid by the Supplier shall include all such taxes in the contract price.

30.3 Tax deduction at Source:

Wherever the laws and regulations require deduction of such taxes at the source of payment, the Bank shall effect such deductions from the payment due to the Supplier. The remittance of amounts so deducted and issuance of certificate for such deductions shall be made by the Bank as per the laws and regulations in force. Nothing in the Contract shall relieve the Supplier from his responsibility to pay any tax that may be levied in India on income and profits made by the Supplier in respect of this contract.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page22

30.4 The Supplier’s staff, personnel and labour will be liable to pay personal income taxes in India in respect of such of their salaries and wages as are chargeable under the laws and regulations for the time being in force, and the Supplier shall perform such duties in regard to such deductions thereof as may be imposed on him by such laws and regulations.

31. Supplier Integrity

31.1 The Supplier is responsible for and obliged to conduct all contracted activities in accordance with the contract using state-of-the-art methods and economic principles and exercising all means available to achieve the performance specified in the Contract.

32. Supplier’s obligations

The Supplier is obliged to work closely with the Bank’s staff, act within its own authority and abide by directives issued by the Bank and implementation activities. The Supplier will abide by the job safety measures prevalent in India and will free the Bank from all demands or responsibilities arising from accidents or loss of life, the cause of which is the Supplier‘s negligence. The Supplier will pay all indemnities arising from such incidents and will not hold the Bank responsible or obligated.

The Supplier is responsible for managing the activities of its personnel or sub-contracted personnel and will hold itself responsible for any misdemeanors.

The Supplier will treat as confidential all data and information about the Bank, obtained in the execution of his responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of the Bank.

33. Patent Rights

In the event of any claim asserted by a third party of infringement of copyright, patent, trademark or industrial design rights arising from the use of the Goods or any part thereof in India, the Supplier shall act expeditiously to extinguish such claim. If the Supplier fails to comply and the Bank is required to pay compensation to a third party resulting from such infringement, the Supplier shall be responsible for the compensation including all expenses, court costs and lawyer fees. The Supplier shall on a mere demand by the Bank reimburse whatever expenses incurred by the Bank in this regard, within a period of 7 days of receipt of demand.

34. Site preparation and installation

The Bank is solely responsible for the construction of the hardware sites in compliance with the technical and environmental specifications defined by the Supplier. The Bank will designate the installation sites before the scheduled installation date, to allow the Supplier to perform a site inspection to verify the appropriateness of the sites before the installation of the hardware.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page23

35. Hardware Installation The Supplier is responsible for all unpacking, assembling, wiring, installations, cabling between hardware units and connecting to power supplies. The Supplier will test all Hardware operations and accomplish all adjustments necessary for successful and continuous operation of the hardware and peripherals at all installation sites i.e. at branches / offices of Kanpur Zone.

36. Hardware & System Software Maintenance

The Supplier will accomplish preventive and breakdown maintenance activities to ensure that all hardware execute without defect or interruption for at least 98% uptime for 24 hours a day, 7 days a week of operation of the machine, worked on a quarterly basis.

If any critical component of the entire configuration is out of service for more than a day, the Supplier shall either repair the defective unit within 24 hours or immediately replace the defective unit or replace the same immediately at its own cost.

The Supplier will respond to a site visit and commence repair work on the equipment within two (2) hours of being notified of equipment malfunction.

During Warranty and later during AMC period, the Supplier will in addition to attending the service calls as provided above, perform preventive maintenance once in a quarter on a mutually convenient day.

At the time of entering into AMC, the Bank will be required to sign an AMC contract as per the format given in Bid Form and other Formats.

37. Training:

For each hardware and software component installed, the Supplier is required to train the designated Bank’s technical and end-user personnel to enable them to effectively operate the total system. The number of users to be trained and the duration of the training shall be as specified in the Invitation for Quotation or as quoted by the Bank in his Quotation. The venue, arrangements for provision of hardware/software and costs for the training shall be as specified in the invitation for Quotation.

38. Technical Documentation

The Technical Documentation involving detailed instruction for operation and maintenance is to be delivered with every unit of the equipment supplied. The language of the documentation should be English.

39. Right to use defective equipment

If after delivery, acceptance and installation and within the guarantee and warranty period, the operation or use of the equipment proves to be unsatisfactory, the Bank shall have the right to continue to operate or use such equipment until rectifications of defects, errors or omissions by repair or by partial or complete replacement is made without interfering with the Bank’s operation.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page24

40. Standards

All standards to be followed will adhere to Bureau of Indian Standards (BIS) specifications or other acceptable standards like ANSI, IEEE, ISO, X/Open etc.

Please note that any quotation which does not provide the above information in the specified formats is likely to be rejected and the Bank will not enter into any correspondence with the vendor in this regard. You are requested to quote only one model against each item.

41. Compatibility Issues

The computer hardware and peripherals quoted by the vendors must be compatible for working with Finacle (core banking solution) software operational at all the branches of Bank of India (our Bank). Before our placement of order the successful bidders have to give a demo of their products i.e. Pass Book Printer, Dot Matrix Printer, Scanner, Laser jet Printer, PC etc at our office and ensure that the make and model of the products quoted by them are compatible and working satisfactorily with our Finacle application software and if not, the said vendor has to provide equivalent or better configured make/model of the corresponding products which are compatible with our application software without any increase of price. The supplier has to install the Jeevan Pramaan software along with creating various short cut required to branches / offices. The list of the same will be provided before delivery of hardware.

42. Award Criteria

The Bank will award the Contract to the successful Bidder, out of the Bidders who have responded to Bank's Request For Proposal, who has been determined to qualify to perform the Contract satisfactorily, and whose Bid has been determined to be substantially responsive, and is the lowest evaluated Bid. For evaluation purpose the unit price of each item will be multiplied by approximate quantity as mentioned above.

43. Repeat Orders

After a Purchase Contract is awarded to a Supplier, the Bank may, at his discretion, award further Purchase Contracts to the same Supplier for all/some of the goods originally quoted by him at the same/reduced prices up to a period of 6 (six) months from the date of the first Purchase Contract without calling for fresh quotations.

44. Bank’s Right to Reject Any or All Bids

The Bank reserves the right to accept or reject any Bid, and to annul the Bidding process and reject all Bids at any time, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Bank’s action.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page25

Annexure-D

BUSINESS RULES AND TERMS & CONDITIONS OF REVERSE AUCTION Reverse Auction event will be carried out among the Technically Qualified Bidders, for providing opportunity to the Bidders to quote the price dynamically for the procurement for which RFP is floated

A) Definitions :

1) “Bank” means Bank of India

2) “Service Provider” means the third party agency / company who has been selected by the Bank for conducting Reverse Auction.

3) “L1” means the Bidder who has quoted lowest price in the Reverse Auction process.

4) “L2” means the Bidder who has quoted second lowest price in the Reverse

Auction process.

B) Eligibility of Bidders to participate in Reverse Auction :

1) Bidders who are technically qualified in terms of the relative Terms & Conditions of the RFP and accept the Business Rules, Terms & conditions of Reversion Auction and submit the undertakings as per Annexure-D-A , can only participate in Reverse Auction related to the procurement for which RFP is floated. Bidders not submitting the above undertaking or submitting with deviations / amendments thereto, will be disqualified from further evaluation / participation in the process of relevant procurement.

2) Bidders should ensure that they have valid digital certificate well in advance to

participate in the Reverse Auction. Bank and / or Service Provider will not be responsible in case Bidder could not participate in Reverse Auction due to non-availability of valid digital certificate.

C) Training :

1) Bank will engage the services of Service Provider to provide necessary training to

representatives of all eligible Bidders for participation in Reverse Auction. All rules & procedure related to Reverse Auction will be explained during the training.

2) Date, Time, Venue etc of training will be advised at appropriate time.

3) Eligible Bidder / his authorized nominee has to attend the training as per the

schedule and at the specified venue at the his / Bidder’s own cost.

4) No request from the Bidders for change in training schedule and/or venue will be entertained.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page26

5) However, Bank reserves the right to postpone / change / cancel the training schedule for whatsoever reasons without assigning any reasons thereof, even after its communication to eligible Bidders.

6) Any Bidder not participating in the training process will do so at his own risk.

D) Reverse Auction Schedule:

1) The date & time of start of Reverse Auction and its duration of time will be informed

to the eligible Bidders well in advance at least a week before the Reverse Auction date.

2) Bank reserves the right to postpone / change / cancel the Reverse Auction event

even after its communication to Bidders without assigning any reasons therefor.

E) Bidding Currency :

Bidding will be conducted in Indian Rupees (INR).

F) Start Price :

Bank will determine the Start Price for Reverse Auction –

1) on its own and / or

2) evaluating the price band information called for separately from each eligible Bidder at appropriate time and / or

3) based on the price bids received and if opened, Bank may determine the start price

on the basis of the lower quote received.

G) Detrimental Bid Value :

1) The bid decrement value will be specified by Bank before the start of Reverse Auction event. It can be a fixed amount or percentage of Start Price or both whichever is higher.

2) Bidder is required to quote his bid price only at a decremental value.

3) Bidder need not quote bid price at immediate next available lower level , but it can

be even at 2/3/4 ….. level of next available lower level .

H) Conduct of Reverse Auction event :

1) Reverse Auction will be conducted on a specific web portal meant for this purpose with the help of the Service Provider identified by the Bank.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page27

2) Service Provider will make all necessary arrangement for fair and transparent conduct of Reverse Auction like hosting the web portal, imparting training to eligible Bidders etc., and finally conduct of Reverse Auction.

3) Bidders will be participating in Reverse Auction event from their own office / place

of their choice. Internet connectivity and other paraphernalia requirements shall have to be ensured by Bidders themselves.

i) In the event of failure of their internet connectivity (due to any reason

whatsoever it may be) it is the Bidders responsibility / decision to send fax communication immediately to Service Provider furnishing the bid price, they want to bid online, with a request to upload the faxed bid price online so that the service provider will upload that price online on behalf of the Bidder. It shall be noted clearly that the concerned Bidder communicating this price to service provider has to solely ensure that the fax message is received by Service Provider in a readable / legible form and also the Bidder should simultaneously check up with Service Provider over phone about the clear receipt of the bid price faxed. It shall also be clearly understood that the Bidder shall be at liberty to send such fax communications of prices to be uploaded by Service Provider only before the closure of Reverse Auction time and under no circumstances it shall be allowed beyond the closure of Reverse Auction event time. Such Bidders have to ensure that the service provider is given reasonable time by the Bidders, to upload such faxed bid prices online and if such required time is not available at the disposal of Service Provider at the time of receipt of the fax message from the Bidders, Service Provider will not be uploading the bid prices. It is to be noted that neither the Bank nor the Service Provider will be responsible for these unforeseen circumstances.

b) In order to ward-off such contingent situation, Bidders are advised to make all

the necessary arrangements / alternatives such as back –up power supply , whatever required so that they are able to circumvent such situation and still be able to participate in the reverse auction successfully. However, the vendors are requested to not to wait till the last moment to quote their bids to avoid any such complex situations. Failure of power at the premises of vendors during the Reverse auction cannot be the cause for not participating in the reverse auction. On account of this the time for the auction cannot be extended and BANK is not responsible for such eventualities.

4) Bank and / or Service Provider will not have any liability to Bidders for any

interruption or delay in access to site of Reverse Auction irrespective of the cause.

5) For making the process of Reverse Auction and its result legally binding on the participating Bidders, Service Provider will enter into an agreement with each eligible Bidder, before the start of Reverse Auction event. Without this Bidder will not be eligible to participate in the event. The format of the agreement is as per the Annexure-D-C.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page28

6) Bidders name will be masked in the Reverse Auction process and will be given

random dummy names by the Service Provider.

7) Bidder / his authorized representatives will be given unique Login ID & Password by Service Provider. Bidder/his authorized representative will change the Password after the receipt of initial Password from Service Provider to ensure confidentiality. All bids made from the Login ID given to the Bidders will be deemed to have been made by the concerned Bidder/his company.

8) Reverse auction will be conducted as per English Reverse Auction with no tie

where more than one Bidder cannot have identical bid price.

9) Any bid once made by the Bidder through registered Login ID & Password, the same cannot be cancelled. The Bidder is bound to supplies as per the RFP at the bid price of Reverse Auction.

10) Auto Bid :

i) Bidder can take the advantage of Auto Bid facility available in Reverse

Auction systems. Auto Bid feature allows Bidder to place an automated bid against other Bidders in an auction by confirming to one decrement and bid without having to enter a new price each time a competing bidder submits a new offer.

ii) Auto Bid facility can be used by the Bidder only once. Bidder can at no

point of time during the course of the Reverse Auction, revise / delete his Auto Bid price. Bidder has the facility to revise his Auto Bid value only prior to the start of the Reverse Auction event.

iii) Only after the lowest price quoted by other Bidders is equal to or less

than the minimum Auto Bid value put in the system by Auto Bid Bidder, he will get the option to manually bid.

iv) If more than one Bidder opts for the Auto Bid facility and if the lowest

price quoted by more than one in Auto Bid facility is same, then the Bidder who has opted for the Auto Bid facility first will get the advantage of being the ‘L1’, with the second bidder being ‘L2’ at a price one decrement higher than the ‘L1’ value and so on.

v) If one of the Bidder has opted for the Auto Bid facility, in which the

system automatically places a bid by conforming to one decrement from the bid that any of the other Bidders might have quoted. In such a case, if the manual Bidder directly quotes the same price as the lowest price which the Bidder who has opted for the auto bid facility, then the bid submitted by the manual Bidder would be accepted as the ‘L1’ bid. But at that point of time onwards, the manual control of the Auto Bidder would be enabled for the Auto Bidder.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page29

vi) Service Provider will explain in detail about the Auto Bid during the training.

11) Reverse Auction will normally; be for a period of one hour. If a Bidder places a bid

price in last 10 minutes of closing of the Reverse auction, the auction period shall get extended automatically for another 10 minutes. Maximum 3 extensions each of 10 minutes will be allowed after auction period of 1 hour i.e. entire process can last maximum for 1½ hour only. In case there is no bid price in the last 10 minutes of closing of Reverse Auction, the auction shall get closed automatically without any extension.

(The time period of Reverse Auction & Maximum number of its extensions & time are subject to change and will be advised to eligible Bidders before the start of the Reverse Auction event.)

12) Bidder will be able to view the following on their screen along with the necessary

fields in Reverse Auction :

i) Opening Price ii) Leading / Lowest Bid Price in Auction ( only total price) iii) Last Bid Price placed by the respective Bidder.

13) During Reverse Auction, if no bid price is received within the specified time, Bank,

at its discretion, may decide to revise Start Price / Decremental Value / scrap the reverse auction process / proceed with conventional mode of tendering.

I) Reverse Auction Process :

1) At the end of Reverse Auction event Service Provider will provide the Bank all

necessary details of the bid prices and reports of Reverse Auction.

2) Upon receipt of above information from Service Provider, Bank will evaluate the same and will decide upon the winner i.e. Successful Bidder.

3) Successful Bidder has to fax the duly signed filled-in prescribed format (

Annexure-D-B ) as provided on case-to-case basis to Bank within 4 hours of Reverse Auction without fail. The Original signed Annexure-D-B should be couriered so as to reach us within 48 hours of Reverse Auction without fail.

4) Any variation between the on-line Reverse Auction bid price and signed

document will be considered as sabotaging the tender process and will invite disqualification of Bidder/vender to conduct business with Bank as per prevailing procedure.

5) Successful Bidder has to give break-up of his last/lowest bid price as per Bill

of Material at the end of Reverse auction event within 3 working days without fail.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page30

6) Successful Bidder is bound to supply at their final bid price of Reverse Auction. In case of back out or not supply as per the rates quoted, Bank will take appropriate action against such Bidder and / or forfeit the Bid Security amount, debar him from participating in future

7) In case Bank decides not to go for Reverse Auction related to the procurement

for which RFP is floated and price bids if any already submitted and available with Bank shall be opened as per Bank’s standard practice.

J) Bidder’s Obligation :

1) Bidder will not involve himself or any of his representatives in Price

manipulation of any kind directly or indirectly with other suppliers / Bidders 2) Bidder will not divulge either his Bid details or any other details of Bank to

any other party without written permission from the Bank. K) Change in Business Rules, Terms & Conditions of Reverse Auction :

1) Bank reserves the right to modify / withdraw any of the Business rules , Terms & conditions of Reverse Auction at any point of time.

2) Modifications of Business rules , Terms & conditions of Reverse Auction will be

made available on website immediately.

3) Modifications made during the running of Reverse Auction event will be advised to participating Bidders immediately.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page31

Annexure-D-A (to be submitted on company letter head by all Bidders participating in Reverse Auction) To, Bank of India Date : Kanpur Zonal Office Acceptance of Reverse Auction Business Rules and Terms & conditions

in respect of Re-Tender / RFP Ref. No ZO/IT/MKC/2016-17 dated 06-10-2016

For purchase of Computer Hardware & Peripheral We refer to the captioned subject and confirm that – 1) The undersigned is our authorized representative. 2) We have accepted and abide by all Terms of captioned Tender documents and Business

Rules and Terms & conditions of Reverse Auction for the procurement for which RFP is floated.

3) Bank and Service Provider shall not be liable & responsible in any manner whatsoever for my / our failure to access & bid in Reverse Auction due to loss of internet connectivity, electricity failure, virus attack, problems with the PC, any other unforeseen circumstances etc. before or during the auction event.

4) We understand that in the event we are not able to access the auction site, we may authorize Service Provider to bid on our behalf by sending a fax containing our offer price before the auction close time and no claim can be made by us on either Bank or Service Provider regarding any loss etc. suffered by us due to acting upon our authenticated fax instructions.

5) I / We do understand that Service Provider may bid on behalf of other Bidders as well in case of above mentioned exigencies.

6) We also confirm that we have a valid digital certificate issued by a valid Certifying Authority.

7) We will participate in Reverse Auction conducted by e-Procurement Technologies Pvt Ltd and agree to enter into an agreement with him (Service Provider) for making the process of Reverse Auction and its result legally binding on us.

8) We will fax duly signed filled-in prescribed format (Annexure-D-B ) as provided on case-to-case basis, to Bank within 24 hours of end of Reverse Auction without fail.

9) We will give break-up of our last / lowest bid price as per Bill of Material at the end of Reverse Auction event within 48 hours without fail.

10) We undertake to supply at our final lowest bid price of Reverse Auction. In case of back out or not supply as per the rates quoted by us , Bank is free to take appropriate action against us and / or forfeit the Bid Security amount, debar us from participating in future tenders.

11) We nominate our official Shri _________________________________ Designation _____________ of our company to participate in Reverse Auction. We authorize Bank to issue USER ID & PASSWORD to him. His official e-mail & contact number are as under – Email : Mobile:

---------------------------------------------------------------------------------------------------------------- Signature with company seal : Name of Authorized Representative : Designation: Email : Mobile : Tel. No: Fax No.:

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page32

Annexure-D-B

( to be submitted / faxed by Successful Bidder of Reverse Auction within 24 hours from the end of Reverse Auction event) To, Bank of India Date : Kanpur Zonal office Sir,

Final / Lowest Bid Price quoted in Reverse held on _______________ in respect of Re-Tender / RFP Ref. No ZO/IT/MKC/2016-17/ Dated 29-10-2016

For purchase of Computer Hardware & Peripheral We confirm that the final total bid price quoted by us in the captioned Reverse Auction event for captioned tender is as under – Rs. ( in figure) : ___________________________ Rs. ( in words) : __________________________________________________________ We confirm that -

1) [ ] We enclose herewith the detailed break-up of above price as per Bill of Material OR

[ ] We undertake to give detailed break-up of above bid price as per Bill of Material within 48 hours from the end-of Reverse Auction event.

2) Any variation between the on-line Reverse Auction bid price quoted by us and this

document will be considered as sabotaging the tender process and will invite disqualification of Bidder/vender to conduct business with Bank as per prevailing procedure. In such case Bank is free to take appropriate action and / or forfeit the Bid Security amount and / or debar him from participating in future

3) We are bound to supply at the above final bid price of Reverse Auction. 4) We note that in case of back out or not supply as per the above rates quoted by us, Bank

will take appropriate action against us and / or forfeit our Bid Security amount and / or debar him from participating in future

Signature with company seal : Name of Authorised Representative : Designation : Email : Mobile : Tel. No : Fax No :

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page33

Annexure-D-C :

Process Compliance Form (The Bidders are required to print this on their company’s letter head and sign, stamp before faxing to Service Provider) To ( Name & Address of Service Provider) Sub:Agreement to the Process related Terms and Conditions for the Reverse Auction Dear Sir, This has reference to the Terms & Conditions for the Reverse Auction mentioned in the Tender document for procurement of Hardware against the RFP Ref. No. ZO/IT/MKC/2016-17/ dated 29-10-2016 for purchase of Computer Hardware & Peripheral

This letter is to confirm that:

1) The undersigned is authorized representative of the company. 2) We have studied the Commercial Terms and the Business rules governing the Reverse

Auction and the RFP as mentioned in your letter and confirm our agreement to them. 3) We also confirm that we have taken the training on the auction tool and have

understood the functionality of the same thoroughly. 4) We confirm that Bank of India and M/S __________________________ shall not be liable

& responsible in any manner whatsoever for my/our failure to access & bid on the e-auction platform due to loss of internet connectivity, electricity failure, virus attack, problems with the PC, any other unforeseen circumstances etc. before or during the auction event.

5) We understand that in the event we are not able to access the auction site, we may authorize M/S _______________________________ to bid on our behalf by sending a fax containing our offer price before the auction close time and no claim can be made by us on either Bank of India or M/S _____________________________ regarding any loss etc. suffered by us due to acting upon our authenticated fax instructions.

6) I/we do understand that M/S ___________________________________ may bid on behalf of other Bidders as well in case of above mentioned exigencies.

7) We also confirm that we have a valid digital certificate issued by a valid Certifying Authority.

8) We also confirm that we will fax the price confirmation & break up of our quoted price as per Annexure-D-B as requested by Bank of India / M/S ___________________________ within the stipulated time.

We, hereby confirm that we will honour the Bids placed by us during the auction process. With regards Signature with company seal Name – Company / Organization – Designation within Company / Organization –

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page34

Annexure - C TECHNICAL SPECIFICATIONS (Minimum)

FOR COMPUTER HARDWARE, PERIPHERALS AND ACCESSORIES Minimum Desired Technical Specifications: PC with Disk

COMPONENT DESCRIPTION Processor Intel® Core™ i3-6100 Processors(3.70 GHz, 3 MB cache) 6th generation or Higher /

AMD A10 PRO 8750B Processor (3.6 GHz, 4 MB cache) or higher Chipset Intel H1110 or Higher / AMD A78 or Higher Motherboard OEM motherboard System 4X 1GB DDR3-1600MHz RAM upgradeable up to 8 GB or more with minimum Memory 2 DIMM Slots

HDD 500 GB or higher SATA III HDD DVD DVD RW Drive Ports 1 serial,1 parallel, VGA, Speaker, Microphone, min 4 USB port with

minimum 2 High Speed USB 3.0 4 USB 2.0 Graphics Intel HD Graphics/HD 7000 Series Audio Integrated Audio Controller Monitor

Keyboard USB Keyboard Mouse Optical USB Mouse BIOS Flash Bios Ethernet Port Embedded Auto Sensing gigabit LAN with WOL & PXE (10/100/1000 Mpbs)

Recovery and Bundled S/w for Operating System Recovery back up S/w

Operating Genuine Windows 10 Professional or higher downgraded to Windows 7

Professional with media and Licence and recovery CD Components for IE 8.0 or higher with full JVM and link web shall be loaded and Finacle /other configured as requirement of Finacle/other software application in the software branches. Security Serial & USB Interface Control, Power -On Password, Setup Password,

Memory Change Alert functionality with Pad lock Manageability Manageability features like Asset tracking (BIOS, HDD, Memory, O/S

Information, BIOS, Serial Number, Model and Manufacturer). DMI 2.0 Compliant Compliance OEM 9001:2008, 14001:2004 EPEAT, CE, Ms Certification, Energy

Star 5.0 –UL,FCC & ROHS;EPEAT GOLD Certified Warranty & AMC Warranty 3 years and 1 year AMC (Post Warranty ) Certificate Certificate of Authenticity of Windows should be supplied, which should

mention OEM name. Power Energy Star 5.0 compliance, Screen blanking, Hard disk and system idle Management & Mode in, Power On, Setup Password, Power Supply Surge Environmental protected, EPEAT-Gold Certified Green Peace rating of 5 and above (OR) any standards other similar rating or certification that aims at green brand PC

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page35

Minimum Desired Technical Specifications: Thin Client PC

Attributes Thin client Specification Make & Model Mounting Vertical/Horizontal/VESA (Bank's choice at the time of order placing) CPU Dual core Processor Memory 2 GB RAM upgradable up to 8 GB or higher (preferably quoted for 4 GB) VRAM Integrated graphics with 32 MB shared RAM Flash ROM 16 GB Flash upgradable up to 32 GB or higher Ports Minimum 4 USB Port ver. 1.1 or higher

1 serial Port 1 Parallel Port USB Ports for Keyboard & Mouse, SATA Slot LAN Card Integrated 10/100/1000 Mbps Ethernet Card(gigabit) with WOL

Internal /external power supply - Less than 75 Watts Power consumption at Power Supply the maximum. Keyboard USB OEM Standard Keyboard (min 104 keys) Mouse USB Scroll Mouse Embedded O/s Should support external DVD R/W & HDD.

Should support installation of local as well as Network printer Should support installation of Smart Card Reader at later date Windows 7 embedded loaded or higher locally on Flash Multi user and single user log on support locally Local user policies IE 8.0 or higher with full JVM Ilinkweb Client upgrade through FTP/SFTP DHCP Enabled flash upgrade Full PPP Support Management Software Thin Client Management Software with SNMP support (over LAN and WAN) for

Asset Track Grouping of Terminals Remote Client profile update Backup terminal setting and restore back Should support upgrade of group of thin client from Central location

Test Certificate Thin client should be tested for Finacle /other software Environment. Compliance OEM 9001:2008 & OEM 14001:2004

Warranty & AMC Warranty 3 years and 1 year AMC (Post Warranty )

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page36

Passbook Printer Minimum Specification

Component Description Make/Model The Vendor should quote for only one model.

Make ------------------ Model ---------------------- (Compatible with Bank Finacle Software)

Warranty & AMC

3 year &1 year AMC (Post warranty)

Specification 24 Pin, 94 col, 300 cps or above with serial, parallel and USB port

Should be support for bank barcode system and our Banking system software.

Scanner Minimum Specification Component Description Make/Model The Vendor should quote for only one model.

Make ------------------ Model ---------------------- (Compatible with Bank Finacle Software)

Warranty & AMC

3 year &1 year AMC (Post warranty)

Specification Windows XP /7 / 8 and above versions complaint Flatbed Scanner, Scan

size 216 x 311 mm, scan speed 8 sec, Min scanning resolution 4800 x 9600 dpi, 96 bit, capable of scanning paper (plain, inkjet, photo, banner, envelopes, labels, cards, 35 mm slides and negatives. Should support scan file formats of bmp, jpeg, tiff, tiff compressed, png, pcx, flashpix, pdf, rtf, htm, txt etc. USB 2.0 connectivity. The Scanner must be compatible with the Bank Finacle Software for scanning & uploading signature in Finacle at all our branches 136 Column Dot Matrix Printer Minimum Specification Component Description Make/Model The Vendor should quote for only one model.

Make ------------------ Model ---------------------- (Compatible with Bank Finacle Software)

Warranty 3 year &1 year AMC (Post warranty)

Specification 136 Column, 24 PIN DMP, Bidirectional print head, Minimum print speed

of 300 cps at 10 cpi draft mode, minimum print head life of 200 million characters, input buffer 64 kb

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page37

High Speed Printer Minimum Specification Component Description Make/Model The Vendor should quote for only one model.

Make ------------------ Model ---------------------- (Compatible with Bank Finacle Software) Warranty & AMC

3 year & 1 year AMC (Post warranty)

Specification

24 Pin, 136 col, 490cps@10cpi draft, parallel, network and USB port

Cash Receipt Printer Minimum Specification Component Description Make/Model The Vendor should quote for only one model.

Make ------------------ Model ---------------------- (Compatible with Bank Finacle Software) Warranty & AMC 3 year warranty & 1 year AMC (post warranty)

Specification 9 pin, Impact Printer with 3.0 inch paper width and 2.5 inch printing

width. 4 lines per sec with feature of 24 character in normal mode and 40 charcter in compressed mode having USB interface and parallel interface. Should support standard emulations With cutters. Should be compatible with Bank Finacle in Thin client PCs for printing cash receipt at all our branches. Or thermal printing technology should be compatible with Bank Finacle in Thin client PCs for printing cash receipt at all our branches. Monitor Minimum Specifications Component Description Monitor 18.5 or higher “TFT OEM color monitor asset controlled/ Energy Star 5.0 /

TCO 05 or higher

WARRANTY & AMC

3 year warranty & 1 year AMC (post warranty)

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page38

Desk Jet Printer, Specification

Component Description Make/Model The Vendor should quote for only one model.

Make ------------------ Model ---------------------- (Compatible with Bank Finacle Software) Warranty 3 year warranty & 1 year AMC (post warranty)

Specification

A4: 20ppm or above with USB port

Laser Jet Printer with network card Specification Component Description Make/Model The Vendor should quote for only one model.

Make ------------------ Model ---------------------- (Compatible with Bank Finacle Software) Warranty & AMC

3 year & 1 year AMC (Post warranty)

Specification

Multi-Function Laser Printer (Print, Copy, Duplex printing & Network etc)

A4: 20ppm or above

The bidders are requested to carefully note the following:

1) Please enclose detailed original product brochures, catalogues, technical

literature, system/reference manuals, instruction booklets and all supporting documentation (in English language) specific to the make/model(s) of the equipment or details of the model and make of the product displayed on your website. Please note that Bid not containing OEM product brochures, manuals and authorization may be treated non-responsive.

2) Please bring out explicitly any deviation from the specifications in the products offered.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page39

Formats

No. Description Form No. 1 Proposal Form (Technical Proposal) Form-1 2 DECLARATION FORM (TECHNICAL PROPOSAL) Form-1 A

(to be included in Technical Proposal Envelope) 3 PROPOSAL FORM (PRICE PROPOSAL) Form 2

4 Price Schedule Form 3 5 Contract Form Form 4 6 Manufacturers Authorization Form Form 5 7 Acceptance Certificate Form 6 8 Service Support Details Form 7 9 Performance Guarantee Form Form -8

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page40

Form-1

PROPOSAL FORM (TECHNICAL PROPOSAL) (To be kept in the Technical Proposal Envelope)

Date:..............................

To: The Zonal Manager Bank of India, 78-A, Raj Bhawan Complex, Canal Raod, Kanpur -208004 Uttar Pradesh.

Respected Sir,

Re: Request for Proposal for Computer Hardware Peripherals. Having examined the Proposal Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver Hardware/Software, in conformity with the said Proposal documents. We undertake, if our Proposal is accepted, to deliver, install and commission the system in accordance with the delivery schedule specified in clause 8 of Annexure B. We agree to abide by the Proposal and the rates quoted therein. Until a formal contract is prepared and executed, this Proposal, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”. We understand that you are not bound to accept the lowest or any Proposal you may receive. Dated this ....... day of ............................ 20…..

_________________________________ ________________________________(signature) (in the capacity of) Duly authorized to sign Proposal for and on behalf of_________________________________

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page41

FORM 1A DECLARATION FORM (TECHNICAL PROPOSAL) (to be included in Technical Proposal Envelope)

Date :.............................. To: The Zonal Manager Bank of India, 78-A, Raj Bhawan Complex, Canal Raod, Kanpur -208004 Uttar Pradesh. Respected Sir,

Request for Proposal for procurement of Hardware and Peripherals for Bank’s various branches/ departments in Kanpur Zone

We, M/s __________________________________ declare and confirm that we have not made any changes in the text of the Bid document / Terms and Conditions We accept all the Terms and Conditions of specified in the Bid document OR Deviations if any, have been separately spelled out by way of a letter, which is annexed to this declaration form. Further Deviations if any, in the desired minimum Specifications of the Hardware and Peripheral items have been explicitly specified in the column for deviations. Dated this ....... day of ............................ 20.. _______________________________ ________________________________ (Signature) (in the capacity of) Duly authorized to sign Proposal for and on behalf of_________________________________

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page42

FORM 2

PROPOSAL FORM (PRICE PROPOSAL) (To be kept in the Price Proposal Envelope)

Date :.............................. To: The Zonal Manager Bank of India, 78-A, Raj Bhawan Complex, Canal Raod, Kanpur -208004 Uttar Pradesh.

Respected Sir,

Re: Request for Proposal for Computer Hardware Peripherals Having examined the Proposal Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver Hardware/Software, in conformity with the said Proposal documents for the sum of......................................................................................... including tax.(Total Proposal amount in words and figures) or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Proposal. We undertake, if our Proposal is accepted, to deliver, install and commission the system in accordance with the delivery schedule specified in clause 8 of Annexure B. We agree to abide by the Proposal and the rates quoted therein for the orders awarded by the Bank. Until a formal contract is prepared and executed, this Proposal, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”. We understand that you are not bound to accept the lowest or any Proposal you may receive. Dated this ....... day of ............................ 20.. ____________________________ ______________________________ (signature) (in the capacity of)

Duly authorized to sign Proposal for and on behalf of _________________________________

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page43

FORM 3(Separate Envelope)

PRICE SCHEDULE

(PRICE BID- (Please indicate unit cost and taxes separately and then add them to arrive at total cost)

1 2 3 4 5 6 7 8 9

Item Description Country of Expected Unit price Comprehensive on-site Total Unit Price (In Total Unit Total Cost Total Cost

(with Item No. as Origin Quantity Rs. Annual Maintenance Figures) inclusive of Price (In figures and In (In words and In

shown in Technical Cost or extended Warranty / AMC for (in Words) Rs) Rs)

Specifications) warranty for 1 year total period of 4 Column 7 (Column 7 X ( Column 7 X

(post-warranty) years In Words Column 3) Column 3)

(Rs) (Rs.) (Rupees).

Desktop PC with Hard Disk

PC Thin Client

Pass Book Printer

136 Column Dot Matrix Printer

40 Column Dot Matrix Printer

High Speed Dot Matrix Printer

Deskjet Printer

Laserjet Printer (With Network Card)

Scanner

Monitor

GRAND TOTAL (IN FIGURE)

GRAND TOTAL (IN WORDS)

Notes:

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page44

Please Note:

1.Unit Price quoted should be inclusive of all costs, duties, levies, taxes & Vat and all other applicable charges except Sales tax applicable in respective State. Octroi or entry-tax, if applicable, shall be reimbursed extra at actuals, against proof of payment in original. The price so quoted, shall be valid for 180 days from the date of award of Contract. 2. No increase in costs, duties, levies, taxes, charges, etc., irrespective of reasons (including exchange rate fluctuations) whatsoever, shall be admissible during the Price validity Period.

3. Warranty period will be minimum 3 year. Post warranty Comprehensive onsite Annual Maintenance Contract (AMC) or extended warranty will be 1 year. Total 4 Years.

4. Vendor will be responsible for obtaining necessary clearance/approval from the local sales tax authorities (at destination place)

Seal & Signature of Bidder : Name Business Address

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page45

CONTRACT FORM

FORM-4

THIS AGREEMENT made the ....... day of .................................., 20.. Between Bank of

India (Name of Purchaser) (herein after called "the Purchaser") of the one part and ................................................... (Name of Supplier) having its Registered Office at .......................………………………………………………….. (herein after called "the Supplier") of the other part: WHEREAS the Purchaser invited Bids for certain Goods and ancillary services viz., ..................................... (Brief Description of Goods and Services) and has accepted a Bid by the Supplier for the supply of those goods and services at a sum of .............................. (Contract Price in Words and Figures) (hereinafter called "the Contract Price"). NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to. 2. The following documents of Ref. No ZO/IT/MKC/2016-17/58 dated 29-10-2016 shall be deemed to form and be read and construed as part of this Agreement, viz.: (a) the Bid Form and the Price Schedule submitted by the Bidder; (b) the Technical Specifications; (d) the Terms and Conditions of Contract; (e) the Declaration by the Bidders conforming to Terms and Conditions of Contract (e) the Purchaser's Notification of Award. 3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy defects therein, in conformity in all respects with the provisions of the Contract. 4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract. 5. Neither party shall disclose the confidential information to a third party. The parties will, at all times, maintain confidentiality regarding the contents of this Agreement and proprietary information including any business, technical or financial information. Brief particulars of the goods and services, which shall be supplied/provided by the Supplier, are as under:

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page46

S. No. Brief Description of Goods & Qty. to be Unit Price Total Price

Services supplied TOTAL VALUE: _____________________________________________________

DELIVERY SCHEDULE: Delivery , Installation and commissioning within 4 weeks of acceptance of Purchase Order.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.

Signed, Sealed and Delivered by the said .....................................................

(For the Purchaser) in the presence of:.......................................

Signed, Sealed and Delivered by the

said ..................................................... (For the Supplier) in the presence of:.......................................

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page47

FORM-5 MANUFACTURERS' AUTHORIZATION FORM No. Date: To: Dear Sir:

Request for Proposal for procurement of Hardware and Peripherals for Bank’s various branches/departments in Kanpur Zone

We who are established and reputable manufacturers of ________________________ having factories at (address of factory) do hereby authorize M/s ___________________ (Name and address of Agent) to submit a Bid, and sign the contract with you against the above Proposal. We hereby extend our full guarantee and warranty (as mentioned in the “Instructions to Vendors)”, for the goods and services offered by the above firm against this Proposal. Yours faithfully, (Name) (Name of manufacturers) Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent to bind the manufacturer. The Vendor in its Proposal should include it.

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page48

FORM-6

ACCEPTANCE CERTIFICATE Certificate for issue by the Purchaser after successful commissioning of equipment supplied Ref. No.______________________________________________ Date:_____________

Sub: Certificate of commissioning of supplied equipment

1. This is to certify that the equipment as detailed below have been received in good condition along with all the hardware and systems software, standard and special accessories in accordance with the Contract, System Configuration / Specifications. The same have been successfully installed and commissioned.

(a) PO/Contract No._________________ dated _______________________ (b) Description of the equipment: As per Specifications (c) Quantity: As per Quantity in Purchase Order (d) Name of the transporter: (e) L.R. No. ________ dated _____________ (f) Name of the consignee: Bank of India, _____________ Branch / Office. (g) Date of commissioning and/or conducting Acceptance Test: __________________ 2. Details of accessories/parts, etc. not yet supplied and recoveries to be made on that account: S.No. Description Amount to be recovered 3. The total amount of recovery on account of non-supply of accessories and parts given under para no.2 is: ________________. 4. The Acceptance Test has been done to our entire satisfaction and / or the PC/Printer/Scanner is operating trouble free, there is no excessive heating of motors attached to Printers, malfunctioning of equipment or any other defect in the Hardware and Peripherals supplied. 5. The supplier has fulfilled his contractual obligations, satisfactorily. FOR FOR BANK OF INDIA (to be signed and stamped by the vendor) ______________ Branch / Office

Name: ____________________

Date : ______________ Designation with Stamp:

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page 49

FORM-7 SERVICE SUPPORT DETAILS OF BIDDER Within Kanpur, Lucknow and cover all the districts of Kanpur Zone Branches / Offices

NEAREST SERVICE CENTRE

DESTI- ADDRESS In STAT NUM NUMB NUMBE VALUE LIST OF NATION AND respect of US BER ER OF R OF OF MODELS &

TELEPHO column 2 OF OF HARD ADMINI MINIMU TYPES OF NE NO.S please OFFI SOF WARE - M PCs AND OF THE state CE, TWA ENGIN STRATI STOCK PERIPHERA SERVICE whether WOR RE EERS VE OF LS AGENT own KING ENGI STAFF SPARES SERVICED SUPPORTI branch DAYS NEE AVAILA IN LAST 2 NG THE or AND RS BLE AT YEARS DESTINAT franchise HOUR ALL IONS IN S TIMES COL. 1 1 2 3 4 5 6 7 8 9

Signature and seal of the Manufacturer/Bidder

Important Note: (i) Please specify whether the service support will be rendered by the Bidder / Dealers / Franchise

Request for Proposal for procurement of Computer Hardware & Peripherals from Empanelled Vendors Only for Branches & Offices of Kanpur Zone

Page 50

FORM-8

PERFORMANCE GUARANTEE FORMAT To: (Name of Purchaser) WHEREAS………………………………………………………

. . . . . . . . . . .. . . . . . .. . . . . . . .. . . . . . .. . . . .

. . . . . . . . . . .. . . . . . .. . . . . . . .. . . (Name of Supplier) (hereinafter called "the Supplier") has undertaken, in pursuance of Contract No................. dated...................................to supply…………………… suppl

y.. ... ... ... ... ... ....... ... ... ... ... ... ... ....... (Description of

Goods and Services) (hereinafter called "the Contract"). AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a recognised bank for the sum specified therein, as security for compliance with the Supplier's performance obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Supplier a Guarantee: THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of ................................... ........................................ (Amount of the Guarantee in Words and Figures) and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limit of ................................ (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the ........day of................... Signature and Seal of Guarantors (Supplier’s Bank) .................................................................... Date.................................................... .................................................................... .................................................................... Address....................................................... .................................................................... ....................................................................