TSTSL Telangana State Technology Services Ltd.
2nd Floor, HACA Bhavan, Opp. Assembly, Nampally, Hyderabad - 500004 Telangana State, India. Phone: (40) 23224935, 23224289; Fax: 23221 458 email: rnngdirector-tsls@telarrgana.gov.in Website: http://www.tsts.telangana.gov.in
File Number: TSTS/HWP5/3120/TA/2019 To
SHORT TENDER NOTICE
Sub: TSTSL-HWP5 Div- Supply
&
Installationof
Computer Software for O/o Director, Telugu Academy, TSTS on behalf of the O/o Director, Telugu Academy, Himayat Nagar, Hyderabad invites eProcurement bids from experienced suppliers for Supply, lnstallation and Commissioning of Computer Software(l0Nos) Tender document fee Rs. 100/- by way of DD in favor of "The Managing Director, TSTSL, Hyderabad", which is non refundable.i0
o3:ooPMFor anl,further details related to tender, please contact Mr. Vasudevachary, SSE, 9963025728,
E nruil : l<ri.shnove ni. m@gov. i n, va.su-l,st s@te I angan a. gov. in
An1 queries related
to
this tender should be communicatedwithin 2
daysfrom
publishingof
tender document and queries received after the mentioned period shall not be considered/ entertained.document and queries recerved atter the mentloned pertod shall not be consldered/ entertalneo.
Bids received after the due date and time for any reason whatsoever shall not be considered for opening.
Bids should be submitted online on eProcurement Website only. The Original E,MD
&
Bid document t'ees to be submitted to TSTS on bid closing date.\ote:
This tendercall is issued on eProcurement market place at https://tender.telangana.gov.in. Allthe terms and conditions are to be read jointly as mentioned in the eProcurement market rvebsite and in this document.
Any deviations
in
format may make the quotation liablefor
rejection. Conditional bids are not acceptable and liable for rejection.Quotation should be valid at least for a period of 60 days from the date of opening Managing Director, TSTS reserves the right to accept or reject any or
all
theassigning any reasons thereof and to add. modifl' or delete any of the terms and
to quote for
all
items mentioned in the tender. The unit separately exclusiveof
taxes and inclusiveof
taxes and other charges ifany.arrived by considering overall total cost of all the items
quotations without conditions without
. price and total price should be
but in
both cases inclusive of in Schedule. The bid/tender willin favor of "The EMD should be submitted before any notice
Managing Director, TSTS reserves
the right to
modify the technical specifications including Quantity at anv time durine the process of finalization of tenderBidder has mentioned installation
L-l will
bebe reiected if the Bidder has not quoted for all the items
..lll
b."c.epted- If
tt"
Btdde."a.ts tog
on, the Bidder may submit it as separatead- as bid technical b for a period tender
dd
.
if a bidder withdraws its bid during the period of bid validity o Provides/submit false or manipulated or forged information o in the case of a successful bidder, if the bidder fails:or
9 Bidder
Eligibility
:a. The bidder should be a Registered Company
in
India under CompanyAct
195612013 (or) aRegistered Firm in India. Should be registered with relevant tax authorities.
Should submit valid Statutory documents in technical bid: copy of PAN card and copy of GST, Sales tax etc.
b. Bidder should be a manufacturer/ authorized representative of a manufacturer and should be in business of manufacture and or supply of IT Hardware in India as on bid calling date.
Mandacttrrer',y Authorization Form Jrom OEM speciJic to this tender 'should be submitted.
c.
The bidders should have experience in supply, installation of Computer software (20 nos or more) to any Central Govt./ State Govt. Departments/PSUs in the last 3 Financial years i.e., 2016-17.2017-18 &2018-19. Copy of Purchase Orders to be submitted.d. The bidder should have financial cumulative turnover of minimum Rs.20 Lakhs or above in the last 3 financial years .The bidder should subrnit audited balance sheets
/
CA certificate in the Technical bid.e. The Bidder and OEM should have at least one Service Centres in Districts of Telangana State as on bid calling date. Details of the service center should be submitted in Technical Bid.
f.
The bidder should submit declaration stating that they arenot
debarred/ blacklisted in Technical bid.l0 TSTS@theirrightinnotconsideringthebidofabidder,ifsuchbidder
was
a
previous supplier and hada
past bad track recordor their
earlier performance was unsatisfactory on any count.Delivery:
i.
Sutcessful Bidder shall deliverand install the goods/services within 2 weeks from the date ofissue of the Purchase Order. For any delays in delivery and installation beyond delivery &
ll
installation period mentioned in the purchase order, the Bidder
will
be liable for penaltiesas
I
mentioned in this tender.
The identified bidder shall also provide necessary training to the Department Officials on the items being supplied.
iii.
Address for Delivery: O/o Director, Telugu Academy, Himayat Nagar ' Hyderabad'ir . For an1, delays
in
delivery beyond delivery period mentionedin
the purchase order, the Bidderwill
be liable for penalties as mentioned in Clause 14.Installation:
i.
pO consistingof l-5
locations, Bidder hasto
install the equipment or has to obtain Site Not Ready Certif,icate (where ever Site is Not Ready) from User Department officials within week days from the due date of DeliverY.ii.
pO consisting of more than 5locations, Bidder has to install the equipment or has to obtain Site Not Ready Certificate (where ever Site is Not Ready) from User Department officials within in 2 weeks from the due date of DeliPayment terms:
l.
Desktop Computers / Printers /Computer Hardwarei.
gO% payment on delivery & successful installation of systems'rtment Officials
ii.
10% payment on completion of acc TSTSAT
Teamtt
-b,oi
Pase 2 of l5iii. Incase site not ready: 75% of the contract value for that site/location.
2. Software
I. 90 % payment on delivery & installation.
II. 10% payment on satisfactory performance certificate from the user department 30days from the date of successful installation.
iii. Incase site not ready: 75% ofthe contract value for that site/location.
Note: All the Delivery Challans & Installation Reports/Site Not Ready Certificate/report to be Counter signed by the respective Competent Authority.
Any penalties/liquidated damages, as applicable for delay and non-performance, as mentioned in this bidding document, will be deducted from the payments for the respective mile stones.
14 Penalty for late Delivery &Installation:
For any delay in delivery, the Bidder will be liable for penalties as follows:
I. I% of the late delivered/installed goods for One week or part thereof; 1.5%, for Two weeks or part thereof; 2% for Three weeks or part thereof and so on up to a maximum of 10% on the value of late delivered/installed goods.
15 After delivery & installation of the equipment a. TSTS will conduct AT.
b. TSTS will also conduct 2nd AT ifthere are any shortfalls, remarks in the first AT. In this case an amount of Rs 2,000/- per visit per location will be charged to Bidder account and same will be deducted from the amount Payable to the Bidder.
c. The Bidder should visit at least twice in a year after installation during warranty period for preventive Maintenance.
16 Note:-A signed undertaking from the bidder certifying that all the Components / Parts / assembly used in the Workstation / Server / Printer /Scanner/ UPS/Software/Other peripheral components like HOD, Monitor, Memory etc. should be original new components / parts / assembly and that no refurbished /duplicate / second hand components / parts / assembly / Software's are used are or shall be used, has to be enclosed to the bid. Sample format is enclosed.
17 In case of parts/equipment to be repaired or replaced are not available, the bidder may use equal or higher models. A\Icornpatibi Iity issues are the responsibi Iity of the bidder.
18 Bidding Procedure:
Bids should be submitted in two parts namely, "Technical bid" and "Financial bid on eProcurement website. The bidder should upload all the required formats and documents as mentioned in the tender document.
Technical Bid:
I. Bid Letter Form 2. Bid Document Fee DO 3. EMD scanned copy
4. General Information of Bidder along with Address & Contact Person Details Form PI 5. Firm Turnover: Audited balance sheets /CA certificate
6. Service Centers details
7. Declaration regarding not black listed
8. Form TI (Technical compliance of offered items)
9. Technical datasheets, certifications, literature etc for the offered items 10. Un-Priced Form - FI
II. PAN card and GST, Sales Tax certificates 12. Manufacturer Authorization Form (MAF)
ii. If any delay is for more than 30 days, TSTSL will reserve the right to cancel the order without giving any notice and EMD and Performance Security will be liable for forfeiture.
Maximum LD for late deliveries/installations: 10% on the Total value of goods for that location/site for late delivery/installation or deemed late delivered/installed goods.
~.Ir •.g•• :- . Page3of 15
19 Bid Evaluation:
The Bid evaluation shall be undertaken by the Evaluation Committee. The bids received on eProcurement portal as on bid closing date & time, shall be opened for evaluation. The bids shall be verified prima-fascia with the tender conditions. The Commercial bids of only TQ qualified bidders shall be opened.
Evaluation will be done schedule-wise, i.e., all the items in the respective schedules put up together will be evaluated and L I cost shall be arrived on Grand Total.
20 Bid Submission: On Line.
• Procedure for Bid Submission Bids shall be submitted online on
https://tender.telangana.gov.in platform
• Bidders are requested to submit tile bids after issue of amendments/clarifications duly considering tile changes made
if
any. Bidders are totally responsible for incorporating/complying the changes/amendments issuedif
any, before bid submission time & date.• For each quotation should be submitted. Technical bid should be duly filled and submitted along with EMD, relevant & required documents along with Technical Bid and Commercial particulars should be submitted in the Financial bid as per the format. Use the same format for both the bids except that do not indicate price in technical bid. EMD details should be enclosed with the technical bid only.
• The bidders who are desirous of participating in eProcurement shall submit their technical bids, price bids as per the standard formats available at the e-market place.
• The bidders should scan and upload the respective documents in Pre Qualification and Technical bid documentation as detailed at Section E & G of the RFP including EMD. The bidders shall sign on all the statements, documents certificates uploaded by them, owning responsi bi Iity for their correctness/authenticity.
• The rates should be quoted inonline only.
Note:-
1. The participating bidders in the tender should register themselves free of cost on e-procurement platform in the website "eprocurement.telangana.gov.in".
2. Bidders can log-in to e-procurement platform in Secure mode only by signing with the Digital certificates.
21 Transaction fee: All the participating bidders who submit the bids have to pay an amount @0.03%
of their final bid value online with a cap of Rs. 10,000/- for quoted value of purchase up to Rs.50crores and Rs.25000/- if the purchase value is above Rs.50crores & service tax applicable @ 10.30% as levied by Govt. of India on transaction fee through online in favor of 'The Managing Director, Telangana State Technology Services Ltd., Hyderabad'. The amount payable to TSTS is nonrefundable.
13. Past Experience Details in Form P3 with relevant supporting documents.
14. Any other documents, if any
Financial Bid: The Financial bids of the TQ qualified bidders only shall be opened on eProcurement portal and LI cost shall are arrived for Grand Total of all items.
Note:-
I. Bidders must submit details of Tender document purchase particulars i.e., Receipt issued against purchase of tender document and EMD in the form of DD drawn after date of tender call notice and in favor of "The Managing Director, TSTS (Telangana unit) payable at Hyderabad".
Failure to upload the scanned copies of the proof of tender purchase and EMD is liable for rejection.
II. EMD will be returned to the bidders after finalization of the tender.
iii. Tender document once purchased IS non-refundable under any circumstances and non- transferrable incase of refloat of tender.
~~ . Pagedof lS
Corpus Fund: Successful bidder has to pay an amount of 0.04% on quoted value through demand draft in favor of Managing Director, TSTS, Hyderabad towards corpus fund at the time of concl uding agreement.
22 Warranty: As mentioned against each item.
• Failure to maintain the deployed items during the warranty period, a penalty of Rs. 2500/- per day will be levied for each item/location or part there of subject to a maximum of total equipment cost.
*The penalty amount will be deducted from the amounts payable to the bidder by TSTS/User department. Once this amount is exhausted, penalty amount will be recovered from the Performance Security. Once the Performance Security also exhausted, the bidder will be required to recoup the Performance Security. If the bidder fails to recoup the Performance Security, the bidder will be debarred from participating in tenders till the time he recoups the Performance Security.
• Persistent complaints from the user Department during the warranty period relating to the improper service will be sufficient ground for the TSTSL to blacklist the successful bidder from participating in future tenders
Maintenance Service:
• Free maintenance services including spares shall be provided by the Bidder during the period of warranty. User, at its discretion may ask the Bidder to provide maintenance services after warranty period, i.e. Annual maintenance and repairs of the system at the rates indicated by bidder in its proposal and on being asked so, the Bidder shall provide the same. The cost of annual maintenance and repairs cost (after warranty period), which will include cost of spares replaced, shall be paid inequal quarterly installments at the end of each quarter.
• The maximum response time for 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 is made or letter is written) shall not exceed 48 hours.
• The Bidder will accomplish preventive and breakdown maintenance activities to ensure that all hardware, and firmware execute without defect or interruption for at least required up time.
• In case up time is less than the stipulated up time, penalty as indicated in the bid document shall be imposed on the Bidder.
• The amount of penalty, if any, will be recovered at source from the performance guarantee during the warranty or from annual maintenance charges payable as the case may be.
23 Other conditions
I. After uploading the documents, the copies of the uploaded statements, certificates, documents, original EMD in respect of Bid Security (except the Price bid/offer/break-up of taxes) are to be submitted by the bidder to the % The Managing Director, TSTS, HACA Bhavan, Nampally, Hyderabad as and when required.
Failure to furnish any of the uploaded documents, certificates, will entitled in rejection of the bid. The TSTS shall not hold any risk on account of postal delay. Similarly, if any of the certificates, documents, etc., furnished by the Bidder are found to be false / fabricated / bogus, the bidder will be disqualified, blacklisted, action will be initiated as deemed fit and the Bid Security wi II be forfeited.
2. TSTS will not hold any risk and responsibility regulating non-visibility of the scanned and uploaded documents.
3. The Documents that are uploaded online on eProcurement market place will only be considered for Bid Evaluation.
4. Important Notice to Contractors, Suppliers and Department users
In the endeavor to bring total automation of processes in eProcurement, the Government has issued orders vide G .0.Ms.No. 13 dated 05.07.2006 permitting integration of electronic Payment Gateway of ICICIIHDFC/Axis Banks with e-Procurement platform, which provides a facility to participating suppliers / contractors to electronically pay the transaction fee online
U.\:ut) 1 ,":.. Page5of 15
using their credit cards. I
24 General Conditions of Bidding:
1. Authentication of Bid
The original and all copies of the bid shall be typed or written in indelible ink. The original/copies shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the contract. A letter of authorization shall be supported by a written power of attorney accompanying the bid. All pages of the bid, except for un-amended printed literature, shall be signed and stamped by the person or persons signing the bid.
2. Validation ofInterlineations in Bid
The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder, inwhich case such corrections shall be counter signed by the person or persons signing the bid.
3. Contract Finalization and Award
TSTS will award the contract/Purchase Order to the Bidder whose bid has been determined to be substantially responsive and has been determined as the best value bid (as per Overall Evaluation Process), provided further that the Bidder has demonstrated that it is qualified to perform services required for the project satisfactorily.
4. Rights to Accept / Reject any or all Proposals
The Evaluation Committee reserves the right to accept or reject any proposal, and to annul the bidding process and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected Solution Provider or Bidder or any obligation to inform the affected Solution Provider or Bidder of the grounds for Committee's action.
5. Modification and withdrawal of bids
I. No bid can be modified subsequent to the deadline for submission of bids.
II. No bid can be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity. Withdrawal of a bid during this interval will result in the forfeiture of its bid security (EM D).
6. Force Majeure
I. The Bidder 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.
II. For purposes of this clause, "Force Majeure" means an event beyond the control of the Bidder/bidder and not involving the Supplier's fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the State Government in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.
iii. If a Force Majeure situation arises, the Bidder/bidder shall promptly notify the TSTS in writing of such condition and the cause thereof. Unless otherwise directed by the TSTS / User Dept. in writing, the Bidder/bidder 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.
7. Terminate the Contract
I. Retain such amounts from the payment due and payable by User Dept to the Bidder as may be required to offset any losses caused to User Dept as a result of such event of default and
Page6of 15
the Bidder shall compensate User Dept for any such loss, damages or other costs, incurred by User Dept in this regard. Nothing herein shall effect the continued obligation of the Bidder / other members of its Team to perform all their obligations and responsibilities under this Contract in an identical manner as were being performed before the occurrence of the default.
II. Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder, enforce the Deed of Indemnity, recover such other costs/losses and other amounts from the Bidder may have resulted from such default and pursue such other rights and/or remedies that may be available to User Dept under law.
8. Application of LD
Liquidated damages shall be assessed as per the millstones as per schedule, submission of deliverables and itsacceptance".
9. Governing Language
The contract shall be written in English. All correspondence and other documents pertaining to the contract which are exchanged bythe parties shall be written insame languages.
10. Applicable law
The contract shall be interpreted in accordance with appropriate Indian Laws.
11. No Interest for Performance Guarantee
No interest shall be paid on the earnest money, security deposit and the amount retained against performance guarantee.
12. Notices
I. Any notice given by one party to the other pursuant to this contract shall be sent to the other party in writing or by Telex, e-mail, Cable or Facsimile and confirmed in writing to the other party's address.
II. Anotice shall be effective when delivered ortendered to other party whichever is earlier.
13. Taxes and Duties
The Bidder shall be entirely responsible for all taxes, duties, license fee etc. incurred until delivery of the contracted services to the User department or as per the terms of tender document if specifically mentioned.
Any increase or decrease in the rates of the applicable taxes or any new levy on account of changes in law shall be to the account of User Department.
Yours Sincerely,
u..~.
Manager(H WP5)
Page7of 15
Formats for Bidding Bid Letter Form (To be submitted in TQ bid)
From:
(Registered name and address of the bidder)
To:
The Managing Director,
Telangana State Technology Services Limited,
2nd Floor, HACA Bhavan, Opp. Assembly, Nampally, Hyderabad - 500004 Telangana State, India
Sir,
Having examined the bidding documents and amendments there on, we the undersigned, offer to provide services/execute the works including supply, delivery installation of hardware, firm wares and software as the case may be, in conformity with the terms and conditions of the bidding document and amendments there on, for the following project in response to your tender call no &
dated .
Project Title: _
We undertake to provide services/execute the above project or its part assigned to us in conformity with the said bidding documents for an amount quoted in financial bid accordance with the schedule of pnces attached herewith and coverage options made by TSTSL or its user organization.
If our bid is accepted, we undertake to;
a. provide services/execute the work according to the time schedule specified in the bid document, b. obtain the performance guarantee of a bank in accordance with bid requirements for the due
performance of the contract, and
c. agree to abide by the bid conditions, including pre-bid meeting minutes if any, which remain binding upon us during the entire bid validity period and bid may be accepted any time before the expiration of that period.
We understand that you are not bound to accept the lowest or any bid you may receive, nor to give any reason for the rejection of any bid and that you will not defray any expenses incurred by us in bidding.
Date & Place: Signature of Bidder & Stamp
Page8of 15
Ref. No: TSTS/HWPS/3120/TA/2019
Sub: Undertaking of authenticity for Desktop/Printers/UPS/other Peripherals/Computer Hardware/Software/ Anu Telugu Fonts with Script Manager
This has reference to Servers/Desktop/Printers/Projectorsl Anu Telugu Fonts with Script Manager lother Peripherals/Computer Hardware/ Software's being supplied quoted vide our quotation no/invoice
no. dated ---
We hereby undertake that all the components/parts/assembly/software used inthe Desktop/Printers /UPS / Anu Telugu Fonts with Script Manager I other Peripherals/Computer Hardware's Peripheral component like Hard disk, Monitors, Memory etc shall be original new components/parts/assembly/software from respective OEMs of the products and that no refurbished/duplicate/second hand components/parts assembly/software are being used or shall beused.
We also undertake that in respect of licensed operating system if asked by you in the purchase order shall be supplied along with the authorized license certificate (e.g., Product Keys on Certification of Authenticity in case of Microsoft Windows Operating System) and also that it shall be sourced from the authorized source (e.g. Authorized Microsoft Channel incase of Microsoft Operating System)
Should you require, we shall produce certificate from our OEM supplier insupport of above undertaking at the time of delivery. It will be our responsibility to produce such letters from our OEM supplier's within a reasonable time.
In case we are found not complying with above at the time of delivery or during installation, for the Servers/Desktop/Printers/UPS/other Peripherals/Computer Hardware/Software I Anu Telugu Fonts with Script Manager / Peripheral component like Hard disk, Monitors, Memory etc already billed, we agree to take back the Workstationsl Server IHardware/Software/Workstation/Peripherals/Forensic tools/UPS/
Peripheral component like Hard disk, Monitors, Memory etc if already supplied and return the money if any paid to us by you in this regard.
Authorized Signatory Name:
Designation:
Technical Deviation Statement
S.No. Item Specification Required Specification of Specification proposed item Higher/Lower
Date: Signature of Bidder &Stamp
Page9of 15
Manufacturer Authorization Format
(To be submitted in TQ bid)
To,
The Managing Director,
Telangana State Technology Services Limited,
2nd Floor, HACA Bhavan, Opp. Assembly, Nampally, Hyderabad - 500004 Telangana State, India
Sir,
Reference No.: Dated for
The authorization should be in the nature of a letter, memorandum or certificate latest issued by the manufacturer/OEM to its channel partners, authorized distributors or a specific letter issued for purposes of this bid. The MAF should clearly specify the item/material for which the MAF is being issued by OEM. Such communication should include statements / undertakings from the said manufacturer to thefollowing effect:
I. Warranty coverage in respect of the goods and services manufactured by the said manufacturer shall be honored by that manufacturer, their channel partners, distributors, authorized service centers as the case may be.
2. The manufacturer updates the bidder and their technical personnel with relevant technical literature, training and skill transfer workshops etc. on a regular basis.
3. The manufacturer provides back to back technical support to the said bidder on a continuing basis.
4. The said bidder is authorized to provide service and solutions using hardware, firmware and / or software as the case may be.
The products supplied are not declared as end of life atthe time of delivery and (parts and spares) are supported for at least 5years from the date of supply of items.
Note: The letter of authority should besigned and sealed with date bythe competent authority having the power of attorney by the manufacturer.
Page 10of IS
Form PI - General Information ofthe Bidder
(Tobesubmitted in TQ bid) I
,
"
Supporting Documents with# Description
pagenos.
I Name of the Company/ Firm
2 Date of Incorporation (Registration Number &
Registering Authority) PAN No. and GST ROC, PAN &GST.
3 Legal Status of the Company In India & Public Ltd Company/ Private/
Nature of Business in India Partnership firm
4 Address of the Registered Office in India
Name & e-rnail id, Mobile number, fax of the Mobile:
5 Fax:
Contact Person
Email:
6 Web-Site
7 Certification Details (if any)
Amount:
8 EMD details DO No. & Date
Name of the Bank:
Valid up to:
9 Proof of purchase of bid document Receipt No:
Date of purchase:
Date Signature of Bidder & Stamp
Page II of 15
Form P2- Financial Turnover Details
(All values in Rs. Lakhs) Turnover
Sno Financial Year Totalturnover of Turnover from Supply of Net Worth of
thefirm IT Hlw items Company
(1) (2) (3) (5)
1 FY.2016-17 2 FY.2017-18 3 FY 2018-19 Note:
1. Turnover inareas other than mentioned above shall not be considered/or evaluation.
2. Please attach audited Balance Sheets and IT return statements to confirming the figures mentioned incolumns (2).
Form P3-Details of Past Project Experience
Description ofItem Details
Name of the Client Department
Contact address & detai Is of the department Value of the Project Rs.
Items supplied in the project
Date of Start of Work (DDIMMIYY) Date of Completion of Work (DD/MMIYY)
Identified bidder should submit any of the following:
i.PO I Work order
ii. Work completion certificates I Performance Certificate from client dept. duly signed by the authorized signatory from the Client end.
iii. Work satisfactory certificate from the client dept.
Enclosures submitted: Yes INo
Place:
Date:
Bidder's signature and seal.
Page12 of15
Form P4 - Details of Service Centers (To besubmitted inTQbid)
No. of support engineers S.No District Full Address of Contact person and their details :Name,
service center with phone No. Qugliflcatton and Experience
A B C C D
I 2 3
Date Signature of Bidder & Stamp
Form P5 -Declaration Regarding Clean Track Record (To be submitted in TQbid)
To
The Managing Director,
Telangana State Technology Services Limited,
2nd Floor, HACA Bhavan, Opp. Assembly, Narnpally, Hyderabad - 500004 Telangana State, India
Sir,
I have carefully gone through the Terms & Conditions contained in the Tender Document [NoJ. I hereby declare that my company has not been debarred/ black listed as on Bid calling date by any Central or State Government / Quasi Government Departments or Organizations in India for non- satisfactory past performance, corrupt, fraudulent or any other unethical business practices. I further certify that Iam competent officer in my company to make this declaration.
Yours faithfully,
(Signature of the Bidder)
Name & Designation
Seal Date
Business Address:
Page 13 of 1~
Format for BID: TSTS/HWPS/3120/TA/2019
DELIVERY PERIOD
I
7 DaysI
lEMD IRs. 2,5001-Delivery at 0/0 Director, Telugu Academy, Himayat Nagar BIDDER NAME
ITEM -1 Latest Anu Telugu Fonts with Script Manager 7.xx I Qtv.- 10Nos DEVIATIONS
CONFIGURATION REQUIRED Higher Lower
Make <Specify>
Version Latest Anu Telugu Fonts with Script Manager 7.xx
Scope The bidder Should supply, install and implement successfully without any installation errors and assist in migrating the existing publication files with 100% accuracy.
Application Page Maker 6,6.5, 7.0 32 bit application Support
Inter operability ofTelugu key board to English key board inthe Feature s applicationl Anu Script Manager.
Spell Check Support spell check for error detection OS Support Windows 1064 Bit
Media DVD media with Anu Fonts& Script Manager with Clip Arts.
Dongle USB Dongle Single user Licence.
Accessories Software media and with required connecting devices should be supplied Technical 1Sl year technical support with updates and upgrades
support
Note: Initially Purchase order will beplaced for 1No only for testing purpose.
Up on successful installation, implementation and migration of existing publications without any errors with 100% accuracy with spell check ami inter operability of keyboards Telugu to English remaining order will be placed.
I
(Signature of bidder & Seal)
Page 14of 15
Financial Bid Format Form F1
AMC Total price
# Item Specifications Qty Percentage Unit Price
Taxes with taxes
(nos) beyond (Rs.) and duties etc
warranty (Rs.)
I 2 3 4 5 6 7
Latest Anu I TeJugu Fonts
with Script 10 Manager 7.xx
Grand Total (Rs.)
In Words : _
Note:
a. Delivery &Installation period: 4weeks-from thedate of receipt of the Purchase Order.
b. The bidders should bid for all items and Ll cost shall be arrived on Grand Totalfor entire items.
c. AMC percentage isfor information only &will not be consideredfor arriving at Ll Cost.
Date Signature ofBidder & Stamp
--000--
Pace IS ofIS