• No results found

Telangana State Technology Services Ltd.

N/A
N/A
Protected

Academic year: 2022

Share "Telangana State Technology Services Ltd. "

Copied!
24
0
0

Loading.... (view fulltext now)

Full text

(1)

Telangana State Technology Services Ltd.

2nd Floor, HACA Bhavan, Opp: Assembly, Nampally, Hyderabad – 500004, Telangana, India. Phone: (40) 23224289, 23222865;

Fax: 23227458 email: mngdirector-tsts@telangana.gov.in

Website: http://www.tsts.telangana.gov.in CIN No.: U74900TG2015SGC101517

File Number: TSTS/HWP5/4371/DSC-ADB/2021 To,

SHORT TENDER NOTICE

Sub: TSTSL-HWP5 Div- Supply & Installation of Computer Hardware for The Prl. District and Sessions Judge, Adilabad & Junior Civil Court –Cum-JMFC Court Complex, Khanapur of Adilabad Unit.

TSTS on behalf of The Prl. District and Sessions Judge, Adilabad invites eProcurement bids from experienced suppliers for Supply, Installation and Commissioning of Desktop Computers (4Nos), Printers (4Nos), 600 VA UPS (4Nos), 2 KVA UPS (1Nos), Monitors (2Nos), VGA Splitter (1Nos), Video Conference Equipment (1Nos) and Projector with Screen (1 Nos.).

Tender document fee Rs.1,000/- by way of DD in favor of “The Managing Director, TSTSL, Hyderabad”, which is non refundable.

Tender closing date and time 17.05.2022 03:00PM Tender opening date and time 17.05.2022 03:30PM

For any further details related to tender, please contact Email: rpushpa-tsts@telangana.gov.in, krishnaveni.m@gov.in

Any queries related to this tender should be communicated within 2 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 eProcurement Website only. The Original EMD & Bid document fees to be submitted to TSTS on bid closing date.

Note: This tender call is issued on eProcurement market place at https://tender.telangana.gov.in.

All the terms and conditions are to be read jointly as mentioned in the eProcurement market website and in this document.

2. Any deviations in format may make the quotation liable for rejection. Conditional bids are not acceptable and liable for rejection.

3. If the technical offer contains any price information, the bid will be summarily rejected.

4. Quotation should be valid at least for a period of 90 days from the date of opening.

5. The bid should invite 2 or more Brands for participation & competition. Single brand/OEM multiple bids shall lead to disqualification & retender

6. Managing Director, TSTS 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.

7. Managing Director, TSTS reserves the right to modify the technical specifications including Quantity at any time during the process of finalization of tender

8. Bidder has to quote for all items mentioned in the tender. The unit price and total price should be mentioned separately exclusive of taxes and inclusive of taxes but in both cases inclusive of installation and other charges if any.

L-1 will be arrived by considering overall total cost of all the items. The bid/tender will be rejected if the Bidder has not quoted for all the items.

(2)

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

10. The Bidder should submit EMD for an amount of Rs.10,000/- in the form of DD in favor of “The Managing Director, TSTSL, Hyderabad” as bid security. The scanned copy of EMD should be uploaded on eProcurement website in technical bid. The original EMD should be submitted before opening of the Bid.

i. The EMD should be valid at least for a period of 90 days from the Bid Closing date.

ii. EMD i.e., DD drawn before the tender date is invalid and bid will not be consider for evaluation.

iii. EMD will be returned to unsuccessful bidders after issue of Purchase order to L1 bidder.

iv. The EMD of the successful bidder will be returned after submission of PBG to TSTS.

v. 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 11. Bidder Eligibility:

a. The bidder should be a Registered Company/Firm in India registered with relevant tax authorities in Telangana State.

Should submit valid Statutory documents in technical bid: copy of Registration certificate, PAN card and copy of GST, in Telangana State and billing should be from Telangana State only.

b. Bidder should be in business for supply, installation and maintenance of IT Hardware in India as on bid calling date.

c. The bidders should have experience in supply, installation of Desktop Computers (25 nos or more) & UPS (5 nos or more) to any Corporate office/Central Govt./ State Govt. /PSUs in the last 3 Financial years i.e., 2018-19, 2019-20 & 2020-21. Copy of Purchase Orders to be submitted.

d. The bidder should have financial cumulative turnover of minimum Rs.1 Cr above in the last 3 financial years. The bidder should submit audited balance sheets / CA certificate in the Technical bid.

e. The Bidder should have at least one Service Centre in Hyderabad Telangana State as on bid calling date with minimum 5 service engineers for service and repairs during the Warranty and after Warranty. Details of the service center with minimum 5 service engineers should be submitted in Technical Bid.

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

12. 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.

13. Delivery& Installation:

i. Successful Bidder shall deliver and install the goods/services within 10 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 Bidder will be liable for

(3)

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.Address for Delivery: As per the instructions of O/o. Prl. District and Sessions Court, Adilabad.

iv. For any delays in delivery beyond delivery period mentioned in the purchase order, the Bidder will be liable for penalties as mentioned in Clause 15.

14. Payment terms:

i. 90% payment on delivery & successful installation of systems.

ii. 10% payment on completion of acceptance by TSTS AT Team & Department Officials iii. Incase site not ready: 75% of the contract value for that site/location upon receipt of letter

from the department.

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.

15. Penalty for late Delivery & Installation:

For any delay in delivery, 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. 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.

16. After delivery & installation of the equipment a. TSTS will conduct AT.

b. TSTS will also conduct 2nd AT if there 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.

17. 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 HDD, 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.

18. In case of parts/equipment to be repaired or replaced are not available, the bidder may use equal or higher models. All compatibility issues are the responsibility of the bidder.

19. 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.

(4)

PQ + Technical Bid:

1. Bid Letter Form 2. Bid Document Fee DD 3. EMD scanned copy

4. General Information of Bidder along with Address & Contact Person Details Form P1 5. Manufacturer Authorization Form (MAF) specific to this tender

6. Firm Turnover: Audited balance sheets / CA certificate

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

8. Service Centers details

9. Declaration regarding not black listed

10. Form T1 (Technical compliance of offered items)

11. Technical datasheets, certifications, literature etc for the offered items 12. Un-Priced Form - F1

13. PAN card and GST, certificates 14.Other documents, if any

Financial Bid: The Financial bids of the TQ qualified bidders only shall be opened on eProcurement portal and L1 cost shall be arrived on overall total cost of all the 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, TSTSL 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.

20. 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 schedule put up together will be evaluated and L1 cost shall be arrived for each schedule separately.

21. 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 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.

• 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

(5)

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 responsibility for their correctness/authenticity.

• The rates should be quoted in online only.

Note:-

1. The participating bidders in the tender should register themselves free of cost on eProcurement platform in the website “eprocurement.telangana.gov.in”.

2. Bidders can log-in to eProcurement platform in secure mode only by signing with the Digital certificates.

22. 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.25,000/- 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.

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 concluding agreement.

23. Warranty: As mentioned against each item.

• The bidder should attend to the breakdown call within 24 hours. If any spare parts are to be replaced the call shall be completed within 96 hours excluding holidays from the date of attending the cal. Failing which penalty is/are applicable as follows:

• A penalty of 0.2% of the total equipment cost per day at that site will be levied for each item/location or part there of subject to a maximum of total equipment cost.

*The penalty amount will be recovered 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.

• Free maintenance services including spares shall be provided by the Bidder during the period of warranty.

• 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:

• 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.

• 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.

(6)

• 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 annual maintenance charges payable.

24. Other conditions

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, Telangana State Technology Services Limited, 2nd Floor, HACA Bhavan, Opp. Assembly, Nampally, Hyderabad – 500004 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 will 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.O.Ms.No.13 dated 05.07.2006 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.

25. 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 project satisfactorily.

(7)

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.

(8)

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. 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.

(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,

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 prices 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 ---

(10)

Ref. No: TSTS/HWP5/4371/DSC-ADB/2021 Sub: Undertaking of authenticity for Desktop Computers/UPS

*****

We hereby undertake that all the components/parts/assembly/software used in the Desktop Computers / AIO Desktop Computers/ Printers/ Multifunction Printers/ Monitors/ Display Units/

Web Cameras / Micoro Phones/ Projector/ UPS 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 be used.

Should you require, we shall produce certificate from our OEM supplier in support 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 Desktop Computers / AIO Desktop Computers / Printers / Multifunction Printers / Monitors / Display Units / Web Cameras / Micoro Phones / Projector / UPS, we agree to take back the Computer Hardware / UPS 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:

Date: Signature of Bidder & Stamp

(11)

Form P1 – General Information of the Bidder (To be submitted in TQ bid)

# Description Supporting Documents with

page nos.

1 Name of the Company/ Firm 2

Date of Incorporation/Registration (Registration Number & Registering

Authority) PAN No. and GST in Telangana ROC, PAN & GST 3 Legal Status of the Company in India &

Nature of Business in India Public Ltd Company/ Private 4 Address of the Registered Office in India

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

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)

Form P2- Financial Turnover Details (All values in Rs. Lakhs)

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 2 3 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)

Form P4 - Details of Service Centers (To be submitted in TQ bid)

S.No District Full Address of service center

Contact person with phone No.

No. of support engineers and their details : Name, Qualification and Experience

A B C C D

1 2 3

Date Signature of Bidder & Stamp ---

Form P5 - Declaration Regarding Clean Track Record (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,

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)

Format for BID: TSTS/HWP5/4371/DSC-ADB/2021 Bidder Name

ITEM -1 Desktop Computers Qty.- 4Nos Compliance

Configuration Required Yes No

Make & Model <<Specify>>

Processor Latest Intel Core i3 – 10th Gen Processor or Higher or equivalent

<<Specify >>

Chipset Latest Compatible Chipset

Category Business (for Work) Segment Models

Form Factor SFF/Tower

Motherboard OEM Motherboard with discrete TPM 2.0 or higher

RAM 8 GB DDR4 RAM scalable up to 32 GB RAM with 2 DIMM slots

Bays 2Nos or above

SSD Hard drives 256 SSD Hard Disk Drive

Hard drives 1TB SATA 7200 RPM HDD

DVD Drive DVD R/W

NIC On-board 10/100/1000 Gigabit Ethernet with IPv6 Complaint Wireless LAN Factory Integrated Wi-Fi

Audio Integrated audio with Built-in- Stereo speakers Graphics Intel HD Graphics or higher

Display Monitor 19.5” or higher backlit LED Anti-Glare Colour TFT Monitor with TCO’7 certification < Specify Model > Same make as CPU

Keyboard OEM USB Keyboard < Same make as PC >

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

Ports 6 USB Ports or more with Min 2 USB with 3.0 and (2Nos in the front ) 1 RJ 45; 1VGA; 1 HDMI/1Display Port, 1 UAJ/Line in & out USB Ports Security USB Port Disable (through BIOS)

Power Supply 250W or higher with 85% Energy Efficient Power supply Certification For OEM : ISO 9001 : 2000

OS Certification MS Windows 10 / 11Pro & Ubuntu Linux 18.04 LTS/ Linux Certified/ < Certification copies to be enclosed>

Compatible Operating Systems

Ubuntu 18.04 or higher and Windows Vista and later including Windows 7/8/10/11 (64 bit)

General Certification RoHS, Energy Star 6.0 or above , CE / UL, EPEAT certified in India and TCO’7 or higher Certification for Monitor (Certification Copies should be enclosed)

Operating System Bidder has to install and configure the Customized Ubuntu Linux, which will be provided by District Court

Hardware Driver Media OEM/Bidder to Provide Driver & plug-ins for all hardware for Ubuntu Linux 18.04 LTS or higher Driver media required Accessories With required connecting cables and driver media should be

supplied

Warranty 3 Years Comprehensive onsite Warranty

(15)

ITEM -2 AIO Desktop Computer Qty- 1 Nos. Compliance

Configuration Required Yes No

Make & Model <<Specify>>

Processor Core i5- 10th Gen Processor or Higher or equivalent <Specify >

Processor cache 12 MB cache or higher

Form factor All-in-One

Motherboard and Chipset

OEM motherboard based on associated chipset with the

minimum One or Higher PCI/PCI-x/PCI-express slots /M2/ PCI- x/ PCI-Express slots

RAM 8-GB DDR4 2400 / 2666 MHz

Expandable memory up to 64GB at least and 2 DIMM slots Hard Disk Drive &

controller

Integrated dual Port SATA-II controller, 256 SSD Hard Disk Drive, 1 TB GB SATA 3Gbps HDD, 7200rpm or more Optical Drive DVD Writer (Internel/External)

Preloaded operating system

Ubuntu 18.04 LTS LINUX OS with all required drivers and plug- ins.

Operating system certified

Linux latest version /Windows 10/11 Pro System architecture 64 bit

Screen size and resolution

Non-touch screen with 21.5 inch LED Monitor with Certified TCO5 or higher

Screen type Wide screen backlit LED anti-glare display Graphic processor Integrated HD graphics and sound controller Web camera 1.0 Megapixel HD Built In Webcam or Higher Point device and

keyboard

USB optical scrolling mouse, USB standard 104 keys keyboard (Mechanical)

Microphone Desktop Microphone Digital

Speakers Stereo Speakers: (Built-in with CPU cabinet or Monitor) Ethernet Integrated graphic Ethernet controller with Ipv6 complaint

Wireless IEEE 802.11 b/g/n

USB port 4 X USB 2.0, 2 X USB 3.0 (Front two USB 2.0) or higher

Other ports Mic. in, Speaker out, RJ45, and HDMI, DVI-D/display port out &

VGA

Power supply Offered power supply should support full use of system with all USB ports utilized (85% efficiency)

Energy certified Energy Star (EPA) version 5.0 or later/BEE India Star Ver1 or later

Power management ACPI complaint certified

USB ports security USB port to disable (through BIOS)

Security lock Yes

Hardware drivers Supplier has to provide drivers for Ubuntu-Linux 18.04LTS and latest versions of Linux at the time of delivery.

Accessories With all required connecting Cables, Power cables and Adaptor should be supplied

Warranty 3 years on site comprehensive warranty from OEM for CPU, Keyboard, Mouse, Power Adaptor and TFT LED Monitor and

(16)

Maintenance support for Operating System, New Upgrades.

Other Conditions Supplier should install the patches/upgrades during warranty period at no extra cost.

The Supplier should provide service maintenance of system software and all driver s/w up gradations, installing patches etc., at no extra cost during the warranty period.

ITEM -3 19.5” Monitors Qty- 2 Nos. Compliance

Configuration Required Yes No

Make & Model <<Specify>>

Hardware Interfaces VGA, HDMI

Mounting Hardware Display, VGA Cable, HDMI Cable, Stand and Power cord Display Technology LCD/LED

Screen display size 19.5"/ 20 Inches backlit LED Anti-Glare Colour TFT Monitor

Display Type LCD/LED

Image Aspect Ratio 16:9

Resolution 1366 x 768 Pixels Max Vertical Resolution 65 Pixels

Refresh Rate 60 Hz

Certification TCO’7 certification < Specify Model > Same make as CPU Warranty 3 Years Comprehensive onsite Warranty

ITEM -4 Duplex Printer Qty- 2 Nos. Compliance

Configuration Required Yes No

Make & Model <<Specify>>

Printing Technology Monochrome Laser Printing

Duplex Printing Auto Duplex with Ubuntu 18.04 Driver support for duplex Printing Speed in

Simplex (A4)

25 ppm or above First Print Out Time 8 seconds or less Resolution 600 x 600 dpi or better Paper Tray Capacity 250 pages

Output Tray Capacity 100 pages

Paper Type Plain Paper, Heavy Paper, Transparency, Label ,lndex Card, Envelope

Duplex Printing A4/Letter/Legal

RAM 64 MB or Higher

Interfaces USB 2.0 Hi-speed or more10/100 Base-T Ethernet (Network)

Network 10/100 Base-T Ethernet (Network) Operating System

Drivers to be provided for

Ubuntu 18.04 and later, Windows Vista and later including Windows 11 (all 32 and 64 bit both)

(17)

Support Bidder has to install and configure the Printer for Ubuntu Linux Duty Cycle 8000 pages per month

Power Requirement AC 220 -240V (±10%), 50/60Hz (±2Hz) Warranty 1 Year Comprehensive onsite Warranty A. Yield per Toner

Cartridge

<< Bidder to Specify /give details >>

B. Whether Toner cartridge & Drum Integrated

<< Bidder to Specify /give details >>

C. Whether Cartridge refillable

<< Bidder to Specify /give details >>

ITEM -5 MFP Printer Qty- 2 Nos. Compliance

Configuration Required Yes No

Make & Model <<Specify>>

Printing Technology Monochrome Laser Printing Speed in

Simplex (A4)

25 PPM or more Print Resolution 600 x 600 dpi First Printout Time 10 second or less Auto Duplex Print Auto Duplex Standard Auto Document Feeder

(ADF)

30 sheets or higher

Paper Input (Standard) 250-sheets (Plain Paper of 60-80 gsm) , 1-sheet Multipurpose Tray

Paper Output 100 sheets Paper Sizes

(Standard Cassette)

A4 (Letter; Legal) Paper Sizes

(Multipurpose Tray)

A4 (Letter; Legal)

Paper Types Plain Paper, Heavy Paper, Transparency, Label, Index Card, Envelope

Scan Resolution optical 600 x 600 Dpi or better Color depth 24 bit Color Scanning

Scan Speed Up to 12 PPM (Black & White), Upto 5 PPM (Color) Pull Scan Yes. USB , Network and Wireless

Push Scan (Scan to PC) Yes, USB, Network and Wireless Scan Features TWAIN Compatible

Scan Output PDF, JPG, TIFF etc

Scanning Options Color, Grey Scale, Black & White etc Copy Speed (Simplex:

A4)

25 CPM (copies per minute) or more Copy Resolution 600 x 600dpi

First Copy Out Time (A4)

10 Seconds or Less Reduce/Enlargement 25-400 %

(18)

Fax Modem Speed Up to 33.6Kbps Memory Capacity Up to 100 pages

Coded Dial Up to 99 dials

Receive Mode FAX Only, Manual, Answering, Fax/ Tel Auto Switch Memory Backup Permanent fax memory back-up

Other Fax Features Plain Paper Fax, EPABX Compatible. Auto Redial, Fax Activity Reports, Fax Activity Result Reports, Fax Activity

Management Reports Connectivity Standard

lnterface(s)

USB 2.0 High-Speed, 10/100 Base-T Ethernet (Network), Phone Line Port

Wireless Wi-Fi 802.11b/g/n (Infrastructure mode, WPS easy Setup, Direct Connection)

Compatible Operating Systems

Ubuntu 18.04 and Windows Vista and later including Windows 7/8/10/11 (all 32 and 64 bit both)

Support Bidder has to install and configure MFP printer for Ubuntu Linux

Memory 64 Mb or Higher

Power Requirements AC 220 -240V (±10%), 50 I 60Hz (±2Hz) Monthly Duty Cycle 10000 Pages

Warranty 1 Year Comprehensive onsite Warranty A. Yield per Toner

Cartridge

<< Bidder to Specify /give details >>

B. Whether Toner cartridge & Drum Integrated

<< Bidder to Specify /give details >>

C. Whether Cartridge refillable

<< Bidder to Specify /give details >>

ITEM -6 600VA/1000VA LI UPS Qty- 4Nos Compliance

Configuration Required Yes No

Make & Model <<Specify>>

Capacity 600/1000VA Line Interactive UPS

Input Voltage

Frequency

140V to 270 V, 47 to 53 Hz Output Voltage and

Frequency (on Mains)

220 +/- 8% with AVR (Automatic Voltage Regulation), 50 Hz +/- synchronized with (Input power Frequency)

Output Voltage and Frequency (on Battery)

230 V +/- 3% with 50 Hz

Back up time 30 minutes on full Load of 0.6 PF

Battery In-Built batteries of 2Nos. 7AH or Higher /12V VRLA with suspended electrolyte : leak proof SMF Make – Exide Power safe/ Panasonic/ Amaraja quanta / OEM or equalent

Overload Capacity 110% for 2 minutes ( on both Mains & Battery) Efficiency 75% or more at Full Load

Output Wave type Quasi Sine Wave or better

(19)

Transfer Time <= 5 milli seconds Load Power Factor 0.6 leading to unity

Other Features Cold Start, Auto Start, Generator Compatible

Protection Surge, Short Circuit, Spikes, DC under voltage and Overload, Low battery

Indicators Mains On , Battery, Charge, Overload Alarms Low Battery, Mains off, Tripping Operating Environment 0 - 40 ° C

Operating Relative Humidity

0-95%

Audible noise at 1 meter from surface of unit

Not more than 50.00 dBA Output Sockets 3 or more with 3 pin sockets

OEM Certificate ISO 9001-2015, ISO 14001:2015 & OHSAS 18001:2007

Test Reports Government of India Testing Agency Certified Test Certificate (ETDC/NTH) Or NABL Accredited Lab Test Certificate of the Quoted model should be submitted along with the technical bid

Compliance BIS compliant

Warranty 2 years onsite Warranty on UPS & Batteries

ITEM -7 1 KVA LI UPS 1 Hour Qty- 1 Nos. Compliance

Configuration Required Yes No

Make & Model <<Specify>>

Capacity 1 KVA LINE INTERACTIVE

Input Voltage and Frequency

140-270 V, 47 to 53 Hz Output Voltage and

Frequency (On Mains)

230 +/- 10 % with AVR (Automatic Voltage Regulation), 50 hz +/- synchronized with Input Power Frequency

Output Voltage and Frequency (On Battery)

230 V +/- 3% with 50 Hz

Backup Time Total 100 AH or Higher (Minimum 60 Minutes or Higher)

Battery Type Maintenance-free sealed Lead-Acid battery Make – Exide Power safe/ Panasonic/ Amaraja quanta with suspended electrolyte : leak proof

Overload Capacity 110%

Efficiency 80% or more

Output Quasi Sine wave or better

Transfer Time < 5 milliseconds Load Power Factor 0.6

Other Features Cold Start, Auto Start, Generator Compatible

Protections from Surge, Short Circuit, Spikes, DC Under Voltage and Overload.

Indicators Mains, On Battery, Charge, Overload Alarms Low Battery, Mains Off, Tripping Operating Environment 0 – 40 ºC

(20)

Operating Relative Humidity

0 – 95 ºC Audible noise at 1 meter

from surface of unit

Not more than 50.00 dBA Output Sockets 3 or more with 3 pin

Warranty 2 years Onsite including batteries

ITEM -8 2 KVA On Line UPS Qty- 1 Nos. Compliance

Configuration Required Yes No

Make & Model <<Specify>>

Capacity 2 KVA ONLINE UPS

Input Voltage and Frequency

110 VAC to 300 VAC Output Voltage and

Frequency (On Mains)

230 +/- 1 % with AVR (Automatic Voltage Regulation), 50 hz +/- synchronized with Input Power Frequency

Output Voltage and Frequency (On Battery)

230 V +/- 1% with 50 Hz

Backup Time Total 390AH or higher (120 minutes)

Battery Type 12V Sealed Maintenance Free SMF , VRLA Batteries, Make – Exide Power safe/ Panasonic / Amaraja quanta

Overload Capacity 1.25

Efficiency 90% or more at Full Load 90% at Half Load Output Wave type Pure Sine wave

Other Features Cold Start, Auto Start, Generator Compatible, No Load Shutdown, RS232 communication, Display,

Protections from Surge, Short Circuit, Spikes, DC Under voltage and Overload Indicators Mains, On Battery, Charge, Overload

Alarms Low Battery, Mains Off, Tripping Operating Environment 0 – 40 ºC

Operating Relative Humidity

0 – 95%

Audible noise at 1 meter from surface of unit

Not more than 45.00 dBA Output Sockets 4 or more with 3 pin

Warranty 2 years onsite Warranty on UPS & Batteries

Item-9 Full HD Display Unit Qty- 1 Nos. Compliance

Configuration Required Yes No

1 Make & Model : <<Specify>>

2 43 inches Full HD LED Monitor compatible with VC SYSTEM as given at Item 1 above

3 Two or more HDMI In Ports with 10 meters HDMI Cable, 1 USB Ports or More

4 One D-Sub (No.15) Input for PC Input including for Audio

5 One Component Video In with audio

(21)

6 Built In Stereo Speakers with Amplifier with 10 W + 10 W capacity

7 Tablet Top Stand and Wall Mount Kit

8 Remote Control with Display Unit Functionalities

9 Input Power 230 +/- 5% with 50 Hz

10 Brightness at least minimum 300 Nits or Higher 11 External Control (IN/OUT ) RS232, RJ45 , IR receiver

12 Certificate: UL, FCC, BIS, ENERGY STAR.

13 3 years Warranty

Item-10 USB Based PTZ WEB Camera Qty- 1 Nos. Compliance

Configuration Required Yes No

1 Make & Model : Logitech BCC950

2 USB based plug-n-play device to operate with various PCs/Laptops

3 Motorized PTZ (Pan, Tilt, Zoom)

4 180 Degrees PAN, 50 Degrees tilt and 70 Degrees Field View

5 Compliance to USB 2.0 or better

6 Full HD 1080p30 video calling (up to 1920 x 1080 pixels) 7 Thermal stabilized Lens such as Carl Zeiss® lens with

autofocus/ High Precision Lens for clear picture

8 Compliant with software for video recording using H.264 codec 9 Compliant with various Linux OS including Ubuntu Linux,

Windows and Mac OS systems

10 Minimum 5 feet USB connecting cable

11 Compliant low lighting environment

12 Built-in microphones for audio pickup from distance of 5 feet

13 Remote Controller to PTZ functions

14 10 feet additional USB extension connecting cable

15 1 year Warranty

Item-11 Microphones CUM Speaker Qty- 1 Nos. Compliance

Configuration Required Yes No

1 Make & Model : Logitech P710e

2 USB based plug-n-play device to operate with various Linux OS including Ubuntu Linux & Windows Operation System

3 Good pickup of about 1.5 meters (6-7 feet) distance from the Microphone coverage of 360 Degree

4 Full Duplex Operation (Speak and listen simultaneously)

5 Built-in Echo Cancellation

6 Volume Control button for increase and decrease according to local preferences

7 Local Microphone Mute/Un-mute button with visual indication such as bi-colour LED

8 Frequency response for microphone - 200 Hz – 7 KHz or better

(22)

9 HD quality speaker output

10 3.5 mm mini phone connector to connect to external devices such as speaker and Microphones with echo cancellation

11 Upgradable Firm-ware

12 With 10 feet additional USB extension connecting cable

13 1 year Warranty

Item-12 Projector Qty- 1 Nos. Compliance

Configuration Required Yes No

Make & Model <<Specify>>

Technology DLP

Projection Method Front & Rear Both Native Resolution 1024 x 768 (XGA)

Brightness 3600 Lumens

Contrast Ratio (Minimum)

22000:1

Zoom Optical Zoom 1.1x

Throw Ratio 1.96 – 2.15 Aspect Ratio 4:3, 16:9, 16:10 Keystone Correction Automatic Minimum Life Of

Projection Lamp

5,000 Hours (In Normal Mode)

Counter In Built Lamp Hour Counter

Video Compatibility PAL, NTSC, SECAM

Ports 2 HDMI(1 No. Built in, 1 No. with splitter with MHL Support) Audio In, Audio Out, Video In, Analog RGB In, Analog RGB Out and Storage Media Port (USB - Type A )

Connectivity Wi-Fi (via Dongle)

Noise Level Less than 37 db Normal mode Power Supply AC 100 - 240 V+/- 10%, (50/60Hz)

Other features Remote Control, Speaker, Auto lens off, Energy Saving Compliance

Warranty Period 1 Year on Site comprehensive Warranty

Item-13 Screen Qty- 1 Nos. Compliance

Configuration Required Yes No

Make & Model <<Specify>>

Size (feet) 8 X 6 or more

Type MAP (Calendar)

Format 04:03

Actual Screen size 85 X 65 Inches or more

Material High Gain Fabric - Treated Matte - Low Reflection - Wide Angle - Anti UV coating

Warranty Period 1Year Warranty

(23)

Item-14 VGA Splitter with 4 ports Qty- 1 Nos. Compliance

Configuration Required Yes No

Make & Model <<Specify>>

Compatibility and Support

4 Port VGA Splitter Sharing Switch Box 200MHz 1 Input 4 Output VGA Switcher 1 PC to 4 Monitors SVGA/XGA Video Distributor Converter 1920X1440 (VGA Splitter 1 in 4 Out) Accessories With required connecting VGA Cables, Power cables should be

supplied

Warranty 1 year Warranty

Item-15 HDMI Cable Qty- 1 Nos. Compliance

Configuration Required Yes No

Make & Model <<Specify>>

Compatible HDMI Male to HMDI Male Cable 10 Meters, HDMI 2.0, Ultra High Speed, 48Gbps 4K@60Hz Support Dynamic HDR, 3D, eARC, HDCP 2.2, Cotton Braided HDMI Cord for PS5/PS4/Xbox/Apple TV/ Television/Projector

Warranty 1 year Warranty

Technically qualified bidders have to perform field demonstration of the quoted Models and commissioning the Ubuntu Linux OS as per the court requirement and will be under technical observation for 1 week. Upon satisfactory test report from District court, the technical bid will be considered for further evaluation.

(Signature of bidder & Seal)

(24)

Financial Bid Format Form F1

# Item Specifications Qty

(Nos.)

Unit Price (Rs.)

Taxes

Total price with taxes and duties etc (Rs.)

AMC % per year beyond warranty

1 2 3 4 5 6 7 8

1 Desktop

Computers

Make & Model: <<

Specify>> 4

2 AIO Desktop

Computer

Make & Model: <<

Specify>> 1

3 19.5" Monitors Make & Model: <<

Specify>> 2

4 LaserJet Duplex

Printer

Make & Model: <<

Specify>> 2

5 MFP Printer Make & Model: <<

Specify>> 2

6 600VA LI UPS Make & Model: <<

Specify>> 4

7 1 KVA LI UPS 1 Hour

Make & Model: <<

Specify>> 1

8 2 KVA Online

UPS

Make & Model: <<

Specify>> 1

9 Full HD Display Unit

Make & Model: <<

Specify>> 1

10 USB Based PTZ

WEB Camera

Make & Model: <<

Specify>> 1

11 Microphones CUM Speaker

Make & Model: <<

Specify>> 1

12 Projector Make & Model: <<

Specify>> 1

13 Screen Make & Model: <<

Specify>> 1

14 VGA Splitter Make & Model: <<

Specify>> 1

15 HDMI Cable Make & Model: <<

Specify>> 1

Grand Total Price with taxes and duties Rs.______________

InWords(Excl. AMC)_________________________________________________________________________

Note:

a. Delivery & Installation period: 10 weeks from the date of issue of Purchase Order.

b. The Commercial evaluation shall be on Least Cost Method (L1) on column (7) considering the lowest Grand Total price with taxes and duties received.

c. The L1 AMC cost will be intimated to Dept for future maintenance of the items post warranty and shall not be considered in overall evaluation.

Date Signature of Bidder & Stamp --o0o—

References

Related documents

installation period mentioned in the purchase order, the vendor will be liable for penalties as mentioned in this tender. The identified bidder shall also provide necessary training

3. For any delays in delivery beyond delivery period mentioned in the purchase order, the bidder will be liable for penalties as mentioned in Clause 16.2. 4. i) The

installation period mentioned in the purchase order, the vendor will be liable for penalties as mentioned in this tender. For installation 1 week time shall be provided. The

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

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

oned in the purchase order, the bidder will be liable for i) The bidder should submit EMD equivalent to an amount as mentioned in the Annexure-l in the form

installation period mentioned in the purchase order, the vendor will be liable for penalties as mentioned in this tender. The identified bidder shall also provide necessary

installation period mentioned in the purchase order, the vendor will be liable for penalties as mentioned in this tender. For installation 1 week time shall be provided. The