• No results found

Telangana State Technology Services Ltd

N/A
N/A
Protected

Academic year: 2022

Share "Telangana State Technology Services Ltd"

Copied!
22
0
0

Loading.... (view fulltext now)

Full text

(1)

----1----

Telangana State Technology Services Ltd

# 5-10-103/40/206, 2nd floor, HACA Bhavan, Opp. Public Gardens, Hyderabad – 500004 CIN NO: U74900TG2015SGC101517 website: http://tsts.telangana.gov.in/

TSTS/CS/DWDSC-ITHW/2020 Retender Dated 18.08.2020 e-Procurement Open Tender Notice

Sub: TSTS – Dept. of Welfare of Disabled & Senior Citizens- Supply, Installation & Maintenance of various ITHW items – Issue of Tender call Notice-Reg.

TSTS on behalf of the O/o Director, Welfare of Disabled and Senior Citizens invites eProcurement bids from experienced suppliers for immediate Supply, Installation & Maintenance of various IT HW items to O/o Director, Welfare of Disabled and Senior Citizens.

Bid Document Fee : Rs.3,000/- (DD shall be drawn in favour of The Managing Director, TSTS, Hyderabad) Time Schedule :

Last date and time for Bid submission : 18.08.2020 03:00 PM on eProcurement portal Opening of Bids : 24.08.2020 03:30 PM

Email: rpushpa-tsts@telangana.gov.in, sridarachary-tsts@telangana.gov.in,

Any queries related to this tender should be communicated within 3 days from publishing of tender document and queries received after the mentioned period shall not be considered/ entertained.

1 Bids should be submitted online on e-Procurement Website only. The Original EMD & Bid document fees to be submitted to TSTS on bid closing date.

Note: This tender call is issued on e-procurement market place at https://tender.telangana.gov.in. All the terms and conditions are to be read jointly as mentioned in the e-procurement market website and in this document.

2  Bids should be valid at least for a period of 30 days from the date of bid opening

 No options will be accepted. If the vendor wants to give option, he may submit it as separate bid along with Separate EMD. This will be treated as a separated bid for evaluation.

 Any deviations in format may make the quotation liable for rejection.

 Conditional bids not acceptable and liable for rejection

 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.

3 The Managing Director, TSTSL reserves the right to accept or reject any or all the quotations without assigning any reasons thereof and to add, modify or delete any of the terms and conditions without any notice.

4 Items List:

1. Desktops - 04 Nos 2. Laptops - 02 Nos 3. Work Station - 01 No 4. Printers - 04 Nos 5. Scanners - 04 Nos 6. 1KVA Online UPS - 01 No 7. Pen Drives32GB - 04 Nos 8. Copier - 01 No 9. External HDD 1TB - 01 No 10. KB & Mouse (Wired) 06 No 11. 40 inch Smart TV - 01 No

(2)

----2----

1. Scope of supply (Bid price to include all cost components): Supply Installation and Commissioning of Goods.

2. Availability of Service Centres: Bidder/OEM must have a Functional Service Centre at Hyderabad.

Payment shall be released only after submission of documentary evidence of having Functional Service Centre.

3. Dedicated /toll Free Telephone No. for Service Support: BIDDER/OEM must have Dedicated/toll Free Telephone No. for Service Support. Service Calls should be attended immediately and any complaints from Client will invoke penalty.

4. Escalation Matrix for Service Support: Bidder/OEM must provide Escalation Matrix of Telephone Numbers for Service Support.

5. Timely Servicing / rectification of defects during warranty period: After having been notified of the defects / service requirement during warranty period, Cumulative Penalty cannot exceed more than 10%

of the total contract value after which the Seller shall be liable to reimburse the cost of such service / rectification to the Buyer

6.The detailed specifications of the above items are enclosed in Form T1.The evaluation shall be on grand total & L1 bid shall be declared based on lowest price received on grand total.

The bid/tender will be rejected if the bid submitted is conditional.

5 EMD: The vendor should submit EMD of Rs.20,000, in the form of Demand Draft or BG from any Nationalized/Scheduled bank in favour of The Managing Director, TSTS, Hyderabad with validity of 90 days from Bid closing date. The scanned copy of EMD should be uploaded on e-procurement website in technical bid. The original EMD should be submitted before opening of the Bid.

EMD will be returned to unsuccessful bidders after issue of Purchase order to L1 bidder. The EMD of the successful bidder will be returned after submission of PBG to TSTS. The bid security (EMD) may be forfeited:

 if a bidder withdraws its bid during the period of bid validity or

 Provides/submit false or manipulated or forged information

 in the case of a successful bidder, if the bidder fails:

 to sign the contract in time; or

 to furnish performance security.

6 Bidder Eligibility :

A. The bidder should be a Registered Company in India under Company Act 1956/2013 in India or a Registered Firm and should be registered with relevant tax authorities. Should submit valid Statutory documents in technical bid viz- RoC/Firm Registration copy, copy of PAN card and copy of GST, etc.

B. Bidder should be an 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. Manufacturer’s Authorization Form from OEM for item Desktops to be submitted as on bid calling date.

C. The bidders should have experience in supply, installation of min 30 Nos of Desktops/Laptops or any IT Hardware with minimum supply value of Rs.10 Lakhs to any Central Govt./ State Govt.

Departments/PSUs in the last 3 Financial years ending with 31.03.2020. Copy of Purchase Orders to be submitted.

(3)

----3----

D. The bidder should have Financial turnover of minimum Rs.50.00 Lakhs or above in each of the last 3 Financial years ending with 31.03.2020. The bidder should submit audited balance sheets / CA certificate in the bid.

E. The Bidder should have at least one Service Centre in Hyderabad Telangana State as on bid calling date. Details of the service center should be submitted in Bid.

F. The bidder should submit declaration stating that they are not debarred/ blacklisted in Technical bid.

Note - No bidder firm or its subsidiary firm or its parent firm shall be allowed to submit alternate bids contrary to the competitive spirit of the tender. Such bids shall be summarily rejected.

7 Delivery:

i. Successful Bidder shall deliver and install the goods/services within 2 weeks from the date of issue of the Purchase Order. For any delays in delivery and installation beyond delivery & installation period mentioned in the purchase order, the vendor will be liable for penalties as mentioned in this tender.

ii. The identified bidder shall also provide necessary training to the Department Officials on the items being supplied.

iii. The identified bidder shall provide service support as and when required during the warranty period

iv. Address for Delivery: O/o Director, Welfare of Disabled and Senior Citizens , Malakpet, HYD.

Note: If the bidder fails to deliver the equipment within the stipulated time schedule or the extended date communicated by TSTS, it will be a breach of contract.

TSTS/User Dept reserves its right to cancel the order and shall not be under any obligation to accept any bid/ delay in delivery of equipment after giving a 2 days’ notice to the vendor.

8 Payment Terms:

i) 90 % payment on delivery & successful installation of the items & on submission of Delivery &

Installation report with a covering letter from Department

ii) Balance 10 % payment only upon receipt of confirmation of successful commissioning of the project/work by the Authority.

Note : All the Delivery Challans & Installation Reports/Site Not Ready Certificate/report to be Counter signed by the respective Competent Authority.

Full and Final Payment will be released by TSTS only upon receipt of confirmation of successful commissioning of the project/work by the 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.

9 Penalty for Late Delivery & Installation: For any delay in delivery and installation, the bidder will be liable for penalties as follows:

i. 1% 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.

ii. The Seller has to complete the required Service / Rectification within 7 days time limit. If the

(4)

----4----

Seller fails to complete service / rectification with defined time limit, a penalty of 0.5% of Unit Price of the product shall be charged as penalty for each week of delay from the seller.

iii. 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.

10 The vendor should visit the Client location at least twice in a year after installation during warranty period for preventive Maintenance.

11 Bidding Procedure:

Bids should be submitted in two parts namely, “ Prequalification cum Technical bid” and “Financial bid on e- procurement website. The bidder should upload all the required formats and documents as mentioned in the tender document.

Prequalification &Technical Bid (Stage1):

1. Bid Letter Form

2. EMD scanned copy & Bid Document Fee DD

3. General Information of Bidder & Contact Person Details Form P1

4. Manufacturer Authorization Form (MAF) along with Contact Details of the OEM representative issuing the certificate.

5. Firm Turnover: Audited balance sheets / CA certificate

6. Past Experience Details in Form P3 with relevant supporting documents.

7. Service Centers details:

8. Declaration regarding not black listed

9. Form T1 (Technical compliance of offered items) along with Original Part Numbers of the offered items. The part numbers shall be verified online with OEM.

10. Technical datasheets, certifications, literature etc for the offered items 11. Un-Priced Form - F1

12. Any other documents, if any

Financial Bid (Stage 2): The Financial bids of the PQ& TQ qualified bidders only shall be opened on eProcurement portal and L1 cost shall are arrived on Grand total.

12 Bid Evaluation:

The Bid evaluation shall be undertaken by the TCPC Committee under chairmanship of MD TSTS. 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 and L1 cost shall be arrived on grand total.

13 Other Terms & Conditions:

Performance Bank Guarantee (PBG): The Successful L1 bidder should submit PBG for an amount of 10% of the Project Value in the name of “The Managing Director, Telangana State Technology Services”

within 1 week from issue of Purchase Order. The PBG should be valid for beyond 30 days post warranty Period for each item. The Buyer shall have the right to get the service / rectification done from alternate sources at the risk and cost of the Seller besides forfeiture of PBG

 Delay in submission of PBG post release of work order, shall not be acceptable and may lead to cancellation of work order.

Variation in Quantities: +/- 25% of the items mentioned in this tender.

Warranty: As mentioned against each item.

Insurance: Wherever necessary, the goods supplied under the contract shall be fully insured in a freely

(5)

----5----

convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery.

Conflict of Interest: The bidder shall not have conflict of interest with other bidders. Such conflict of interest can lead to anti-competitive practices to the detriment of Procuring Entity’s interests. The bidder found to have a conflict of interest shall be disqualified.

 It may be noted that unlike Rate Contracts, the responsibility of reasonableness of rate for procurements from open competitive bids through eprocurement does not lie with TSTS. The bidders should ensure that the prices quoted are not higher than the listed prices on GeM portal. If it is found to be more than the GeM price, the EMD will be forfeited and bid will be ‘Dis-qualified’.

 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.

Maintenance Service:

o 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 in equal quarterly installments at the end of each quarter.

o 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.

o 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.

o In case up time is less than the stipulated up time, penalty as indicated in the bid document shall be imposed on the Bidder.

o 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.

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.50 crores and Rs.25000/- if the purchase value is above Rs.50 crores & service tax applicable as levied by Govt. of India on transaction fee through online in favour of MD, TSTS. The amount payable is non -refundable.

Corpus Fund: Successful bidder has to pay an amount of 0.04% on quoted value through demand draft in favor of Managing Director, TSTSL, Hyderabad towards corpus fund.

14 Bidders are requested to submit the bids after issue of amendments/clarifications duly considering the changes made if any. Bidders are totally responsible for incorporating/complying the changes/amendments issued if any, before bid submission time & date.

15 Bids shall be submitted online on https://tender.telangana.gov.in platform

1. The participating bidders in the tender should register themselves free of cost on e- procurement platform.

2. The bidders who are desirous of participating in e-procurement shall submit their technical bids, price bids as per the standard formats available at the e-market place.

3. The bidders should scan and upload the respective documents in Technical bid documentation as

(6)

----6----

detailed mentioned in bid document including EMD. The bidders shall sign on all the statements, documents certificates uploaded by them, owning responsibility for their correctness/authenticity.

4.The rates should be quoted in online in Indian Rupees only

16 1.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 O/o The Managing Director, TSTSL , HACA Bhavan, Hyderabad.

Failure to furnish any of the uploaded documents, certificates, will entitled in rejection of the bid. The TSTSL shall not hold any risk on account of any 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 will be forfeited.

2. TSTSL will not hold any risk and responsibility regulating non-visibility of the scanned and uploaded documents.

3. The Documents that are uploaded online on e-market place will only be considered for Bid Evaluation.

4. Important Notice to Contractors, Suppliers and Department users

(i)In the endeavor to bring total automation of processes in e-Procurement, the Govt. has issued orders vide G.O.Ms.No. 13 dated. 5.7.2006 permitting integration of electronic Payment Gateway of ICICI/HDFC/Axis Banks with e-Procurement platform, which provides a facility to participating suppliers / contractors to electronically pay the transaction fee online using their credit cards.

17 TSTSL /User Department reserves their right in not considering the bid of a bidder, if such bidder was a previous supplier and had a past bad track record or their earlier performance was unsatisfactory on any count.

18 1. The bidder should upload all the required documents duly signed by the Authorized person of the bidding Organization with clear visibility, avoid missing documents and avoid bidding mistakes. In such cases, TSTS reserves it’s right in seeking clarification from the bidder and may disqualify the bidder for the bidding mistakes, missing documents and for the documents that are not clear.

2. An undertaking from Supplier is required stating that they would facilitate the Tenderer on regular basis with the technology/product updates and extend support for the warranty and AMC period as well.

3. The price quoted should be valid for a period of one year and the price quote should not be higher than the prevailing market price or the price at which sold for the previous order. If found to be higher, the bidder is liable for legal proceedings & penalties.

4. The quality of the items being supplied by the bidder must adhere to the specifications mentioned and the bidder should submit a compliance statement declaring the matching of the specifications. For each item a quality certificate also to be enclosed along with the bid.

19 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 of Interlineations in Bid

The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the BIDDER, in which 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

(7)

----7---- 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 (EMD).

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 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 its acceptance”.

9. Governing Language

The contract shall be written in English. All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in same languages.

10. Applicable law

The contract shall be interpreted in accordance with appropriate Indian Laws.

(8)

----8---- 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) A notice shall be effective when delivered or tendered 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, Sd/- For Managing Director, TSTS

(9)

----9---- 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, HACA Bhavan, 2nd Floor,

Near Assembly, Hyderabad, PIN: 500 004,

Sir,

Having examined the bidding documents and amendments there on, we the undersigned, offer to provide services/execute the works 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 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 estimated sum of Rs<< As quoted in Commercial bid>> which may vary in accordance with the schedule of prices attached herewith and coverage options made by TSTS or its user organization.

If our bid is accepted, we undertake to:

1. Provide services/ execute the work according to the time schedule specified in the bid document,

2. Obtain the performance guarantee of a bank in accordance with bid requirements for the due performance of the contract, and

3. 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.

4. We do hereby undertake that in the event of acceptance of our bid, and the work shall be started at designated places within as per the time lines from the date of Award of Contract.

5. We enclose the complete Bid enclosing all documents / information as required in the tender document.

6. We agree to abide by our offer for a period of 90 days from the date fixed for opening of the tenders and that we shall remain bound by a communication of acceptance within that time.

7. We have carefully read and understood the terms and conditions of a tender and the conditions of the Contract applicable to the tender and we do hereby undertake to the project as per these terms and conditions. The deviations from the above Technical specifications, Services and Terms & Conditions are only those mentioned in RFP.

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.

Place: Bidder’s signature

Date: and seal

(10)

----10----

Format for the Manufacturer Authorization Form & Undertaking

(TO BE SUBMITTED BY THE OEM ON ITS LETTER HEAD & TO BE ENCLOSED IN THE BID DOCUMENT)

To, Date: _________________

The Managing Director,

Telangana State Technology Services

# 5-10-103/40/206, 2nd Floor, HACA Bhavan, Opp. Public Gardens, Hyderabad-500004 Sir,

Reference No.: ______________________Dated ____________________for

__________________________________________________

A. We ________________________ , (name and address of the OEM) who are the original manufacturers of items _____________________ _________________hereby authorize __________________________to bid, negotiate and conclude the contract with you against Tender No _________________________________ for the following goods viz----(item & model number to be mentioned)_________________ which are manufactured by us . As an OEM we assure & honor to undertake timely supply and back to back support with services and spares for the offered product for a period as applicable by the comprehensive warranty terms of this tender directly through us or our channel partners, distributors, authorized service centers.

B. We also certify that ____________________________________ are authorized by us to provide technical service support, warranty and upgrade support for the goods manufactured by us.

C. The goods being supplied under this tender are not at the end of their life period and can survive for a period of 3 years.

D. We also undertake to provide or make available the required spares for the products manufactured/supplied for the said tender for the warranty period as mentioned in the RFP.

E. We undertake to provide necessary software, software updates/patches for the supplied goods for free of cost.

F. We assure that regular updates/information shall be provided to the bidder and their technical personnel with relevant technical literature, training and skill transfer workshops etc. on a regular basis.

G. We also certify that our company--_____________________________________________ is not blacklisted by any State/Central Government department/agencies, Public/Private Sector Units.

Name of the OEM Authorised signatory Signature, Seal & Date

Contact Number

Email Id:

(11)

----11----

Form P1 – General Information of the Bidder

# Description Supporting Documents with page nos.

1 Name of the Company/ Firm 2

Date of Incorporation, Registration Number &

Registering Authority, PAN No. and GST Regd.No.

ROC, PAN & GST.

3 Legal Status of the Company in India & Nature of Business in India

Public Ltd Company/ Private/ Partnership firm

4 Address of the Registered Office in India

5 Name & e-mail id, Mobile number, fax of the Contact Person

Name & Designation:

Mobile:

Fax:

Email:

6 Web-Site

7 Certification Details (if any) 8 EMD details

Amount:

DD 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 ---

(12)

----12----

Form P2- Financial Turnover Details

(All values in Rs. crore) Sno Financial Year

Turnover

Net Worth of Company Total turnover of

the firm

Turnover from Supply of IT H/w items

(1) (2) (3) (5)

1 FY.2017-18 2 FY 2018-19 3 FY.2019-20 Note:

1. Turnover in areas other than mentioned above shall not be considered for evaluation.

2. Please attach audited Balance Sheets and IT return statements to confirming the figures mentioned in columns (2).

Form P3-Details of Past Project Experience

Place: Bidder’s signature

Date : and seal.

Description of Item Details

Name of the Client Department

Contact address & details of the department Value of the Project Rs.

Items supplied in the project Date of Start of Work (DD/MM/YY) Date of Completion of Work (DD/MM/YY)

Identified bidder should submit any of the following:

i. PO / Work order

ii. Work completion certificates / 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 / No

(13)

----13----

Form P4 - Details of Service Centers of Bidder in Telangana State

S.No District Full Address of service center

Contact person with phone No.

No. of support engineers and their details : Name,

Qualification and Experience 1

2 3

Date Signature of Bidder & Stamp ---

Form P5 - Declaration Regarding Clean Track Record

To

The Managing Director,

Telangana State Technology Services Limited,

# 5-10-103/40/206, 2nd Floor, HACA Bhavan, Opp. Public Gardens, Hyderabad-500004 Sir,

I have carefully gone through the Terms & Conditions contained in the Tender Document [No. ] 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 I am competent officer in my company to make this declaration.

Yours faithfully, (Signature of the Bidder)

Name & Designation Seal

Date

Business Address:

---

(14)

----14----

Form T1

Technical Specifications Compliance Statement (Relevant Data Sheets to be submitted) Atleast ‘2’ OEM Brands to be received Item 1—Desktop Computers – 04 Nos

Parameter Specifications Compliance

(Yes/No, High) Make & Model << To be specified>>

Part Number << To be specified>>

Processor Technology

X86 processor with base speed 3 Ghz, turbo speed up to 4.1 GHz, 9MB Cache or higher, 6 cores/threads or higher. The Processors should not be mentioned in end-of-life declaration by OEM as on bid calling date.

Chipset Intel Q 370 or equivalent chipset or higher Motherboard OEM Motherboard with TPM 2.0 or higher

RAM 8 GBDDR4 @ 2666MHz or higher RAM scalable up to 64 GB RAM or higher, Dual channel with Four DIMM slots or higher

Hard drive 1TB, SATA ,7200 rpm HDD

DVD Drive OEM DVD RW

PCI Slots & Bays Minimum 3 PCIe (One should be X16) and 1 x M.2 PCIe for storage, 1 X M.2 PCIe for wireless and 3 Bays or higher

Audio Integrated HD audio

NIC On-board 10/100/1000Mbps NIC with Wake-on-Lan Graphic HD Graphic Controller,

Monitor OEM 19.5” or higher Color LED/TFT Monitor < Specify Model>

Keyboard OEM, USB, 104 Keys Keyboard < Same make as PC >

Mouse OEM, USB, 2 button Optical Scroll mouse < Same make as PC >

Ports

4 X USB 2.0 or higher ports; 6 X USB 3.1 ports or higher Four USB ports should be at front side

HDMI/Display Port, RJ45 and front & rear audio in & out ports Form Factor Tower form factor with Tool less Chassis

Power Supply 92% or higher Energy Efficient Surge protected Power supply

Certification

ISO 9001:2008, ISO 27001 or higher for OEM MS Windows and Linux

EPEAT India Registered and TCO-7 for Monitor or higher

Operating System Preloaded MS Windows 10 Pro 64 bit with recovery media and genuine license and key

Anti virus Software

Pre-Loaded with latest version of Antivirus Symantec/ MacAfee/ Bit defender/ Kaspersky/ Trend Micro/ Checkpoint /Quickheal/ K7/ Etrust with following features anti-virus, USB protection, Antispyware, Anti- malware, Firewall, Intrusion Prevention Browser protection with single management console with 1Years subscriptions with support updates and patches

Accessories With required connecting cables and driver media and OS Media should be supplied

Warranty 3 Years Comprehensive onsite Warranty from the date of installation including OS and Anti- virus

(15)

----15---- Item 2—Laptops – 02 Nos

Parameter Specifications Compliance

(Yes/No, High) Make & Model << Specify>>

Part Number << To be specified>>

Processor

X86 Processor with 2.1GHz or higher, Turbo speed 4.1 GHz or higher , 4 MB Cache memory or higher, 2 cores/threads or higher.

The Processor should not be mentioned in end-of-life declaration by OEM as on bid calling date

Chipset Compatible chipset

Motherboard OEM Motherboard with TPM 2.0 or higher

RAM 8 GB DDR4 RAM @ 2133 MHz DDR4 or higher, scalability up to 16GB or higher with minimum2 memory slots

Hard Drive 1 TB, 5400rpm or higher HDD

Audio Integrated Audio with High Quality internal speakers Communication

Interfaces

10/ 100/ 1000 Network interface, Wifi- 802.11a/c or higher and Bluetooth V4.2 or higher

Display 14 inch Inches TFT/ LED display or higher, FHD

Input Devices Standard OEM Key Board with Standard Touchpad/Track point Interfaces 2 X USB 3.1 or higher , 1 X USB 2.0 port or higher, 3.5mm Audio

Combo Jack port, 1 X HDMI Port or higher

Battery 40 whr Lithium Ion/Lithium Polymer battery or higher Webcam Integrated HD Webcam

Operating System

Preloaded MS Windows 10 Pro 64bit with recovery media and genuine license

Certificates ISO9001:2008, ISO 27001 or higher for OEM

Antivirus

Pre-Loaded with latest version of Antivirus Symantec/ MacAfee/

Bitdifender/ Kaspersky/ Trend Micro/ Checkpoint /Quickheal/K7/Etrust with following features anti-virus,USB protection, Antispyware, Anti-malware, Firewall, Intrusion Prevention Browser protection with single management console with 1Years subscriptions with support updates and patches

Accessories With required accessories, connecting cables and driver media, Carry Case and AC Adaptor should be supplied

Warranty

1 Years Comprehensive Onsite warranty with accidental damage coverage including OS & Antivirus and 1 year for battery & adapter with accidental damage coverage from the date of installation.

Item3 Work Station – 01 No:

Parameter Specifications Compliance

(Yes/No, High) Make &

Model << Specify>>

Part Number << To be specified>>

Processor Technology

Intel Xeon W–2236 or equivalent or higher processor . The

Processors should not be mentioned in end-of-life declaration by OEM as on bid calling date.

(16)

----16---- Chipset Tech. Intel C246 Chipset or equivalent or higher Motherboard OEM Motherboard with TPM 1.2 or higher

RAM 32GB @2666 MHz ECC or higher RAM . The Workstation should have minimum 4 DIMM Slots or higher.

Hard drive &

RAID

Hard disk 1 : 1TB SATA HDD with 6gbps 7200rpm or higher, Hard Disk 2 : 256GB SSD or higher for OS.

Scalable up to 4 HDD SATA Drives or higher RAID controller :RAID 0,1,5,10 capabilities DVD Drive 8X read DVD RW Drive

PCI Slots & 2 x PCIe x16 Gen3, 1 x PCIe x8 Gen3, 2 x PCIe x4 Gen3 or higher, 1 x PCI 32bit/33MHz slot

Bays 4 Nos. of bays or More Audio

controller Integrated HD audio controller with internal speaker NIC On-board 10/100/1000Mbps NIC with Wake-on-Lan Graphic &

Display Monitor

Dedicated, Nvidia Quadro P1000 with minimum 4GB Memory OR equivalent or higher. OEM 24 inches diagonal IPS monitor or higher Color LED/TFT Monitor < Specify >

Keyboard OEM 104 Keys USB Keyboard < Same make as PC >

Mouse OEM 2 button USB Optical Scroll mouse with Mouse pad < Same make as PC >

Ports

6 X USB 3.1 or higher 4 X USB 2.0 or higher , Minimum Four USB ports should be in front site, Audio in/out ports with microphone Jack port

Form Factor Tower Model

Power Supply Power Supply: Minimum 460W, active Power Factor Correction with minimum 90% Efficiency

Certification ISO9001:2008, ISO 27001, ISV Certified or higher for OEM Certification MS Windows

Operating System

Preloaded MS Windows 10 Pro 64 bit with media and genuine license and recovery media

Anti virus Software

Pre-Loaded with latest version of Antivirus : Symantec/MacAfee/Bit defender/ Kaspersky / Trend Micro/Checkpoint /Quickheal / K7/Etrust/eScan with following features anti-virus, USB protection, Antispyware, Anti-malware, Firewall, Intrusion Prevention Browser protection with single management console with 3Years subscriptions with support updates and patches

Management software Features

Automatic system performance tuning and monitoring software on Windows.

The tuning software should have modules for resource monitoring over a long period of time, and should be capable of showing GPU utilisation (GPU, Graphics memory and Codec activity) for both Graphics and GPU Compute cards.

A complete Offline Diagnostics and Asset Discovery software suite should be supplied along with the system.

Accessories With required connecting cables, Dust filters/covers and driver media and OS Media should be supplied

Warranty 3 Years Comprehensive onsite Warranty from the date of installation on workstation, OS and Anti- virus

(17)

----17---- Item No.4 Printers 04 Nos

Parameter Specifications Compliance

(Yes/No, High) Make & Model << To be specified>>

Part Number << To be specified>>

Printing Method Laser

Type Single Function

Printing Output Monochrome

Internal Memory 2 MB

Functions Print

Brand HP

Refill Type Toner Cartridge

Max Print Resolution (Mono) 1200 x 1200 dpi Duty cycle (monthly, A4) 5000 pages First Print Out Time (Mono) 8.5 sec

Print Speed Mono 10 ppm

Duplex Print Manual

Other Print Features Recommended monthly page volume - 250 to 1500 Media types supported Paper, Envelopes, Transparencies, Labels, Cardstock,

Postcards Output tray capacity 100 sheets Input tray capacity 150 pages

Media size supported A4, A5, A6, B5, C5, DL, B5 Operating Temperature range 15DegC - 32.5DegC Operating Humidity range 30 % - 70 % RH % Power requirements 115 to 240 V, 50/60 Hz Power consumption (active) 360 W

Hard Drive 350 MB Free Hard Disk Space

Operating System &

Compatibility

Windows OS (including latest), Windows Server 2003 &

2008 Mac OS X v10.4, Mac OS X v10.5, Mac OS X v10.6, Linux,

Warranty 2 years warranty

Item5: Scanners -04 nos

Parameter Specifications Compliance

(Yes/No, High) Make & Model << To be specified>>

Part Number << To be specified>>

Type Desktop sheet fed scanner

Document Feeding Automatic or manual sheet feeding

Document Size Width: 50.8 - 216mm

Length: 53.9 - 356mm

*You can scan documents 3 000mm long by setting the scanner to the Long Document mode.

Feeding Capacity 60 sheets (80g/m2) Scanning Element CMOS CIS

Light Source LED (red, green, and blue) Scanning Side Simplex / Duplex

(18)

----18----

Scanning Modes Black and white, Error diffusion, Advanced Text Enhancement II 256-level Greyscale

24-bit Colour Scanning

Resolutions

100 x 100dpi, 150 x 150dpi, 200 x 200dpi, 240 x240dpi, 300 x 300dpi, 400 x 400dpi, 600 x 600dpi

Scanning Speed Black and White 45ppm (simplex) / 90ipm (duplex)

24-bit Colour 30ppm (simplex) / 60ipm (duplex)

Useful Functions Double feed detection, Advanced text enhancement, Skip blank page, Prescan, Auto paper detection, Batch separation, Colour enhancement, Text orientation recognicton, Continuous scanning, Edge

enhancement, Scan area settings, Multistream settings, Remove background, Moire reduction, Background smoothing, Full auto mode.

Interfaces Hi-Speed USB 2.0

Software ISIS / TWAIN Driver, CaptureOnTouch, CapturePerfect, eCopy PDF Pro Office, Kofax VirtualReScan Basic

Power

Requirements

AC 100 - 240V (50 / 60Hz) Power

Consumption

Scanning: 19W

Sleep Mode: 1.4W

Power Turned Off: 0.1W Operating

Environment

10 - 32.5°C

Humidity: 20 - 80% RH

Warranty 2 years warranty

Item6: 1KVA Online UPS with 2 Hours backup( 1No) with 2 years warranty

Parameter Specifications Compliance

(Yes/No, High) Make and Model << To be specified>>

Part Number << To be specified>>

Capacity 1 KVA UPS

Technology Advanced DSP Controlled Double Conversion Design, SPWM Self-Test UPS Should be capable of performing self test during power on

to ensure reliable operation Input voltage Range Wide Range from 160-300 VAC Frequency Range 45 to 55 Hz

Phase Single Phase with Groung

Power Factor Active Power Factor Correction > 0.99 Output Voltage 230 V AC

Voltage Regulation +/-1%

Frequency 50 Hz +/- 1%

Output Wave Form Pure Sine wave

Crest factor 03:01

Overload Capacity 125% for 30 Seconds Battery Capacity 12V, Total 195AH (+/- 5%)

Backup 2 Hours

Rack Suitable Powder coated Battery Rack should be provided Battery Type Spill proof, sealed lead acid maintenance free batteries

(Exide/Amraja-Quanta/Panasonic Make) Proposed supply of batteries should be of latest batch not older by 2 months as on date of supply.

Charger Built-in solid state float-cum-boost charger with automatic boost trickle charge modes with current limiting features

(19)

----19---- Operating Temperature 0-50

Line mode to Battery mode transfer time

0 ms

Cold start Should be available Display & User friendly

front panel

LCD/LED display of indicators with display of all important parameters

Indications Mains ON , Inverter ON/OFF/Faulty, Battery Level, Static Bypass ON, Load Level.

Audible Alarm Mains failure alarm , Low battery alarm and over load Protection Advanced Electronic protection for device safety backed with

MCBs/MCCBs/ fast acting fuses. High speed pulse blanking, Electronic over voltage/under voltage

Auto restart Yes

Bypass Static bypass

Standard Interface RS 232/USB port or SNMP interface for software Certification ISO 9001-2008, ISO 14001-2004 for OEM

STQC/Sameer/ETDC/BIS Certifications to be submitted.

CE & RoHS Should comply to CE & RoHS. The bidder should enclose relevant certificates for the quoted model

Cabling and Connectors Vendor should supply required input/output Cables (Max 2Mtrs to 3Mtrs length on both sides) to complete the installation of UPS systems and provide at least 2 spike suppressor with 3 or 4 Nos. Of 5 Amp sockets to connect from output.

Accessories With required accessories, connecting cables and driver media, Power cables should be supplied

Warranty Two years Onsite Comprehensive Warranty including Batteries from the date of installation.

Item 7: 32GB Pendrive – 06 Nos

Parameter Specifications Compliance

(Yes/No, High) 32GB Pendrive <<Make to be specify>>

Item 8: Copier – 1No

Parameter Specifications Compliance

(Yes/No, High) Make & Model << To be specified>>

Part Number << To be specified>>

Print speed 26ppm

First copy output time 5 sec.

Warm-up Time 13 sec. or less

Operation panel 7-inch Color resistive touch panel Mobile touch area (NFC) Standard

Standard memory capacity 4GB

SSD 256 GB

processor Quad core

Document feeder RADF

Mobile printing AirPrint (iOS), Mopria (Android),

Paper capacity Tray 1: 250 sheets (Plain paper), Manual bypass Tray: 100 sheets (Plain paper)

(20)

----20----

Paper weight Tray 1: 64 g/m2 to 157 g/m2, Manual bypass Tray: 64 g/m2 to 157 g/m2

Multicopy 1-9,999

Original format A5-A3

Magnification 25-400% in 0.1% steps, auto-zooming RADF- Mono and Colour 1-sided original : 55 ipm (300 dpi)

File formats TIFF, PDF, Compact PDF, JPEG, XPS, Compact XPS, OOXML (pptx)

Destinations 2,100 (single + group), LDAP, DA support

Scan destinations Scan to Email, Scan to PC (SMB), Scan to FTP, Scan to WebDAV, Scan,to BOX (SSD), Scan to WSD (Web Service), Scan to DPWS (Device Profile for Web Service), Scan to Scan Server, Scan to USB memory,Network TWAIN scan, Scan to Me, Scan to Home.

Originals capacity Up to 130 originals, A5-A3, 35-128 gsm

Interface 10-BASE-T/100-BASE-TX/1,000-BASE-T Ethernet & USB Network protocols TCP/IP (IPv4/IPv6), NetBEUI, SMB, LPD, IPP, SNMP, HTTP Printable paper size A6-A3, customised paper sizes

Printable paper weight 64-157 gsm

Automatic duplexing A5-A3, 64-90 gsm

Paper input capacity Standard: 350 sheets, Max.: 1,350 sheets

Tray 1 250 sheets

Bypass tray 100 sheets

Page Description Language PCL6, PS & XPS Operating systems

compatibility

Windows 7, 8.1, 10-(32/64), Windows Server 2008, 2012 , 2016(32/64),

Mac OS X 10.9 or later, Linux, Unix, Citrix Card authentication Optional

Virus Scan for pendrive and SSD

Optional

Warranty OEM standard warranty

Item 9: 1 TB External Hard Disk - 1 No

Parameter Specifications Compliance

(Yes/No, High) 1 TB External Hard Disk <<Make to be specify>>

Item No 10: Wired Keyboard & Mouse (HP/Dell/ TVS make only) - 6 Nos

Parameter Specifications Compliance

(Yes/No, High) Wired Keyboard & Mouse

Combo

<<Make to be specify>>

Item No 11: 40 inch Smart TV (01 no)

Parameter Specifications Compliance

(Yes/No, High) Make & Model << Specify>>

Part Number << To be specified>>

Screen Size 40" Inches or above diagonally Full HD Resolution: 1920 x 1080

(21)

----21---- Viewing Angle: 178°

Refresh Rate: 60Hz Response Time: 6.5ms (Typ) Audio Power: 10W x 2

Ports USB: 3 x 2.0HDMI: 3(1 contain ARC)AV: 1Ethernet: 1Earphone Out: 1WIFI: 2.4GHz 802.11 b/g/n

Decoder Video decoder:MPEG1/2/4,REAL,H.264 Audio decoder: Stereo, DTS

Platform

64-bit quad-core

CPU: Amlogic Cortex A53 quad-core up to 1.5GHz GPU: Mali-450 MP3 up to 750MHz

1GB+8GB RAM: 1GB DDR Storage: 8GB eMMC

Power supply

Voltage: 100-240V~50/60Hz Power: 75W

Operating-Environment:

Temperature 0℃~45℃, Humidity 20%~80%

Storage temperature -15℃~45℃, Relative humidity<80%

Certifications BIS , Energy Star Rated Warranty OEM Standard Warranty

Item 12 : MS Office 2019

Parameter Specifications Compliance

(Yes/No, High) Make & Model MS Office 2019 ( Word, Excel and Power Point)

* MS Office Price is for information, shall not be considered for L1.

Date Signature of Bidder & Stamp

(22)

----22---- Financial Bid Format

Form F1

# Item Name Specifications Qty

(nos)

Unit Price

(Rs.) Taxes

Total Price with taxes and duties

etc (Rs.)

1 3 4 5 6 7 8

1 Desktops <<Make and Model to be

specify>> 04 2 Laptops <<Make and Model to be

specify>> 02 3 Work Station <<Make and Model to be

specify>> 01 4 Printers <<Make and Model to be

specify>> 04 5 Scanners <<Make and Model to be

specify>> 04 6 1KVA Online

UPS

<<Make and Model to be

specify>> 01 7 Pen

Drives32GB <<Make to be specify>> 04 8 Copier <<Make and Model to be

specify>> 01 9

External HDD

1TB <<Make to be specify>> 01 10 KB & Mouse

(Wired) <<Make to be specify>> 06 11 40 inch Smart <<Make and Model to be

specify>> 01 Grand Total

In Words : _________________________________________________________________________

Item 12 MS Office 2019 ( Word, Excel and Power Point)

* MS Office Price is for information, shall not be considered for L1.

Note:

a. Delivery & Installation period: 2 weeks from the date of receipt of the Purchase Order.

b. The bidders should bid for all items and L1 cost shall be arrived on grand total.

c. In case of any discrepancy, unit prices quoted in words will be considered for computation

Date Signature of Bidder & Stamp --o0o--

References

Related documents

A Candidate shall be allowed to take 6th semester examination, provided he/she puts in 75% attendance in 6th semester and the extra courses registered in other semesters and should

This Springer imprint is published by the registered company Springer International Publishing AG part of Springer Nature.. The registered company address is: Gewerbestrasse 11,

If any issuer or its agent or any person, who is registered as an intermediary under the provisions of section 12 of the Securities and Exchange Board of India Act, 1992 (15 of

(1) When a change occurs in the constitution of a registered firm any incoming, continuing or outgoing partner, and when a registered firm is dissolved any person who was a

• Internet Personal Identification Number (IPIN) is a password to access your NPS account on CRA Website (www.cra-nsdl.com ).. • IPIN can be reset online using “One Time

23) Certification &amp; Standards: UL for Specific camera model (Not for series) and power Adapter, CE, FCC, EN, &amp; RoHS; ONVIF Compliant–Model should be published on

(A summarized sheet of turnover certified by registered CA should be compulsorily enclosed). The bidder shall have the experience of minimum of 05 nos. programme in the

TSTSL Telangana State Technology Services Ltd. The quotation should be submitted on vide Ref. For each quotation should be submitted. Technical bid should be duly filled and scanned